Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MARCH 06, 2022 SAM #7401
SOLICITATION NOTICE

30 -- DIFFERENTIAL GEAR U

Notice Date
3/4/2022 9:15:11 AM
 
Notice Type
Presolicitation
 
NAICS
336413 — Other Aircraft Parts and Auxiliary Equipment Manufacturing
 
Contracting Office
DLA AVIATION AT OKLAHOMA CITY, OK TINKER AFB OK 73145-3070 USA
 
ZIP Code
73145-3070
 
Solicitation Number
SPRTA1-22-R-0094
 
Response Due
3/21/2022 10:00:00 AM
 
Archive Date
03/21/2025
 
Point of Contact
Jeremy Hamel, Phone: 4058553710, Fax: 4057394237
 
E-Mail Address
jeremy.hamel@us.af.mil
(jeremy.hamel@us.af.mil)
 
Description
1.� Estimated issue date and estimated closing/response date:� �Issue: 04 March 2022 � �Closes: 21 March 2022 2.� RFQ#: SPRTA1-22-R-0094; PR: FD2030-22-00207. 3. �Service/Spare/Repair/OH: Spares. 4.� AMC: 3/D. 5.� Nomenclature/Noun: DIFFERENTIAL GEAR U.� 6.� NSN: 3040-01-326-9727HS 7.� PN: 742727B 8.� History:� SPE4AX18D9407SPRTA121F0338 awarded on 27 Sep 2021; SPE4AX18D9407SPRTA121F0129 awarded on 15 Apr 2021; SPE4AX18D9407SPRTA119F0391 awarded on 15 Apr 2021�� 9.� Description/Function (6680-01-058-5862RK): DIM: L= 0.0000 in; W= 4.0000 in; H= 11.0000 in; WT= 13.0000 (LB). Material: Steel alloy, bronze, tin, lead, copper. Function: Converts varing input speeds to a constant output speed to drive the generator. 10. Total Line Item Quantity: L/I 0001: 32 EA. 11.� Application (Aircrafts): F-15. 12.� Destination:� L/I 0001: SW3211; MARK For: Acct 09. 13.� Required Delivery: �L/I 0001: Delivery Number 1: Deliver 32 unit(s) on 28 FEB 2023. Early delivery is acceptable 14.� Qualification Requirements: Do exist. 15.� Export Control Requirements: No. 16. �IUID: IUID requirements will apply. 17.� Qualified Sources: HAMILTON SUNDSTRAND CORPORATION; Cage: 99167. 18.� Set-aside:� N/A. 19. �Mandatory Language: In accordance with FAR 5.207(c)(16)(ii), all responsible sources may submit a capability statement, proposal, or quotation, which shall be considered by the agency. It is suggested that small business firms or others interested in subcontracting opportunities in connection with the described procurement make contract with the firms(s) listed.� Based upon market research, the Government is not using the policies contained in Part 12, Acquisition of Commercial Items, in its solicitation for the described supplies or services. Government's obligation under this contract is contingent upon the availability of appropriated funds from which payment for contract purposes can be made. No legal liability on the part of the Government for any payment may arise until funds are made available to the Contracting Officer for this contract and until the Contractor receives notice of such availability, to be confirmed in writing by the Contracting Officer. Electronic procedures will be used for this solicitation. The solicitation will be available for download only at www.sam.gov. Authority: 10 U.S.C. 2304(c) (1), Justification: supplies (or Services) required are available from only one or a limited number of responsible source(s) and no other type of supplies or services will satisfy agency requirements. The proposed contract action is for supplies and services for which the Government intends to solicit and negotiate with only one, or a limited number of sources under the authority of FAR 6.302.� This notice of intent is not a request for competition. However, all proposals received within 45 days (30 days if award is issued under an existing basic ordering agreement) after date of publication of this synopsis will be considered by the Government. A determination by the Government not to compete this proposed contract based upon responses to this notice is solely within the discretion of the Government. Information received will normally be considered solely for the purpose of determining whether to conduct a competitive procurement. Note:� While price will be a significant factor in the evaluation of offers, the final contract award decision may be based upon a combination of price and past performance factors as detailed in the solicitation. Note: �An Ombudsman has been appointed to hear concerns from offerors or potential offerors during the proposal development phase of this acquisition. The purpose of the Ombudsman is not to diminish the authority of the program director or contracting officer, but to communicate contractor concerns, issues, disagreements and recommendations to the appropriate government personnel. When requested, the Ombudsman will maintain strict confidentiality as to the source of the concern. The Ombudsman does not participate in the evaluation of proposals or in the source selection process. Interested parties are invited to call the Ombudsman at (405) 734-8241. DO NOT CALL THIS NUMBER FOR SOLICITATION REQUESTS. Request for written proposal will be issued. Only written or faxed request received directly from the requestors are acceptable. The anticipated award date will be 60 days after the issuance of this notice. 20. �Buyer�s Contact Information: �Questions concerning this synopsis or subsequent solicitation can be directed to the buyer, Jeremy Hamel, 405-855-3710, jeremy.hamel@us.af.mil.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/f62ca661a4f34697a8dc96029e8a9773/view)
 
Place of Performance
Address: USA
Country: USA
 
Record
SN06257829-F 20220306/220304230102 (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.