Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF OCTOBER 21, 2021 SAM #7264
SOLICITATION NOTICE

16 -- B-1B Horizontal Stabilizer Shaker Gearbox and Motor Assembly-NSN: 1680-01-320-6815

Notice Date
10/19/2021 6:45:01 AM
 
Notice Type
Solicitation
 
NAICS
336413 — Other Aircraft Parts and Auxiliary Equipment Manufacturing
 
Contracting Office
FA8118 AFSC PZABB TINKER AFB OK 73145-3303 USA
 
ZIP Code
73145-3303
 
Solicitation Number
FD2030-20-00995
 
Response Due
11/2/2021 1:00:00 PM
 
Archive Date
12/31/2021
 
Point of Contact
Staci Depel, Phone: 405-734-8958, Jacqueline K West, Phone: 405-736-2431
 
E-Mail Address
staci.depel@us.af.mil, jacqueline.west@us.af.mil
(staci.depel@us.af.mil, jacqueline.west@us.af.mil)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
Extending Proposal Due Date to November 02, 2021. NSN: 1680-01-320-6815 THIS IS A REMANUFACTURE MEETING THE REQUIREMENTS FAR 22.1003-6(a)(1). THIS SOLICITATION IS CONTEMPLATED TO BE A 5-YEAR (ONE-YEAR BASIC AND 4 ONE-YEAR OPTION PERIODS) FIRM FIXED PRICE REQUIREMENTS TYPE CONTRACT. IT IS ANTICIPATED THAT PRICING OF THIS ACTION WILL BE BASED ON ADEQUATE PRICE COMPETITION; THEREFORE, OFFERORS ARE NOT REQUIRED TO SUBMIT CERTIFIED COST OR PRICING DATA AT THE TIME OF PROPOSAL. HOWEVER, IF AFTER RECEIPT OF PROPOSALS, IT IS DETERMINED THAT ADEQUATE PRICE COMPETITION DOES NOT EXIST, A REQUEST FOR OTHER THAN CERTIFIED COST OR PRICING DATA MAY BE REQUIRED IN ACCORDANCE WITH FAR 15.401-1(b)(1). (a)�� �A Pre-Award Survey (PAS) shall be required but may be waived by Government at the time of award. Details are provided in Appendix A, paragraphs 1.2 (b)�� �Initial Production Evaluation (IPE) is required. �IPE shall be completed within sixty (60) calendar days of receipt of first delivery order. �The IPE requirement may be waived by the Government at the time of contract award. �Details are provided in Appendix A, paragraphs 1.3. (c)�� �The contractor shall furnish all material, tools, plant facilities, labor, parts, equipment, and expertise necessary to perform the remanufacture. The work encompasses the disassembly cleaning, inspection, maintenance re-assembly, testing, and finishing actions required to restore the end item to a like-new condition. �The contractor shall also accomplish ALL necessary packing and preservation and packaging. ALL work shall be completed in accordance with Tech order Specifications and all other requirements specified herein (including attachments hereto) and at the unit price(s) established at the time of award. (d)�� �Qualification requirements DO apply. Interested vendors that have not been previously qualified for this acquisition must submit a Source Approval Request (SAR) package to the Source Development, Small Business Office @ 405-739-7243. As prescribed in FAR 9.202(e), the contracting officer need not delay a proposed award in order to � � provide a potential offeror with an opportunity to demonstrate its ability to meet the standards specified for qualification. (e)�� �In order to receive any technical data related to this acquisition, offerors must send an email request to staci.depel@us.af.mil and jacqueline.west@us.af.mil . Release of any data is subject to applicable data rights. �The request shall include the applicable solicitation number, the specific data needed (including TO and/or drawing numbers), and a copy of the current, approved DD Form 2345. The form, including instructions for completing the form, is available at: http://www.dtic.mil/whs/directives/infomgt/forms/forminfo/forminfopage2220.html. �The Government is not responsible for incomplete, misdirected, or untimely requests.** (f)�� �GOVERNMENT PROPERTY FURNISHED FOR REPAIR (FAR 16.503(c) Failure of the Government to furnish such items in the amounts or quantities described in the Schedule as �estimated� or �maximum� will not entitle the contractor to any equitable adjustment in price under the Government Property clause of the contract. (g)�� �END ITEMS BEYOND REMANUFACTURE ""Repairable End Items"" are defined as end items which can be restored to a serviceable condition, in accordance with applicable requirements. Some units of items listed in Section B may, upon disassembly and/or inspection, be determined to be beyond the remanufacture limits specified in the Work Specification and/or Technical Orders. Any cost for work�performed by the Contractor prior to determination that such equipment is beyond these limits, shall be included in the unit price(s) of the listed item(s). (h)�� �If the contractor estimates that any item is not repairable (i.e. beyond remanufacture), the Contractor shall promptly notify the administrative contracting officer in writing and shall not perform further remanufacture on any such items except at the direction of the administrative contracting officer (ACO). Upon written confirmation from the ACO that a particular item is not repairable, the contractor shall dispose of the unit in the manner directed by the ACO. Contractors are cautioned that until a contract is executed, any effort performed in support of the anticipated effort is performed strictly at their own risk and expense. There is no authorization to begin performance until the contractor has received a duly authorized contract signed by the Contracting Officer. Also, this request for proposal is not to be construed to mean that the award of a contract is assured, as the availability of funds, timely submission of all requested documents, and acceptance by both parties are prerequisite to any contract award. (i)�� �Condemned units shall not be counted as production. (j)�� �In the event there are component part(s) with long lead times, the awardee is responsible for securing necessary parts to meet the Government�s required delivery schedule. (k)�� �In the event that DFARS clause 252.217-7001, Surge Option, is invoked, quantities and prices will be negotiated at that time. �The fill-in data in Clause 252.217-7001 will be TBD until a surge is known and negotiations are necessary. (l)�� �Item Unique Identification (IUID) marking is required in accordance with DFARS 252.211-7003. Contractor determined location and method of marking is acceptable. (m)�� �Dates listed in clauses 252.216?7006, 52.216-19 and 52.216?21 are based on the estimated award date. These dates will be revised prior to award based on the actual award date.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/ba03e4eb75f94143a83a2aca42aa499a/view)
 
Place of Performance
Address: Tinker AFB, OK 73145, USA
Zip Code: 73145
Country: USA
 
Record
SN06160279-F 20211021/211019230111 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.