Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MARCH 12, 2022 SAM #7407
SOLICITATION NOTICE

16 -- Aircraft Fire Extinguisher

Notice Date
3/10/2022 12:56:07 PM
 
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-0093
 
Response Due
3/24/2022 1:00:00 PM
 
Archive Date
04/30/2023
 
Point of Contact
Denver Robb
 
E-Mail Address
denver.robb@us.af.mil
(denver.robb@us.af.mil)
 
Description
IAW FAR 5.207(a), (b), (d) and (e): �This information is available at www.sam.gov under Notice ID: SPRTA1-22-R-0093 (Notice ID is the Proposed and Actual Solicitation Number). If applicable, Contract Award content required by FAR 5.207(a)(11-15 and 17) will be provided at a later date. �� The Solicitation will be posted as an attachment at www.sam.gov under Notice ID IAW FAR 5.207(c), the following additional information 1. Estimated issue date 25 Mar 2022 and estimated closing/response date 25 Apr 2022. 2. RFP #: SPRTA1-22-R-0093 � 3. PR #: �FD2030-22-00139 4. Nomenclature/Noun: Aircraft Fire Extinguisher 5. Interchangeable NSNs: �1680-01-586-4187 JY (CAGE 0FRR4) and 1680-01-595-4096 JY (CAGE 61423) 6. Interchangeable PNs: �M472555-2 (CAGE 0FRR4) and 472555-4 (CAGE 61423) 7. Application (Engine or Aircraft): C-17A Aircraft 8. AMC: 2R 9. History: �Last purchase was under contract SPRTA1-21-C-0050. 10. Description: �Aircraft Fire Extinguisher. �Delivery of all bottles empty condition code: G required. 11. Dimensions: Length: 13.0 in X Width: 11.00 in X Height: 13.0 in and Weight: 33.0 lbs. 12. Material: �CRES Nitronic 40 Per DOT-SP8495-900. 13. A firm fixed price contract is contemplated. �The item, estimated quantities and required deliveries are as follows:� Quantity:� LINE ITEM 0001: NEW MANUFACTURE of C-17A FIRE EXTINGUISHER a) Destination: SW3119 b) Delivery: 55 EA ON OR BEFORE 22 May 2023 c) Required Quantity: BEQ: 55 EA with a quantity range of MIN: 12 EA / MAX: 68 EA �� 14. Qualified Sources: �Ametek Ameron Inc. (CAGE 0FRR4) and Kidde Tech. (CAGE 61423) 15. Mandatory Language: Electronic procedures will be used for this solicitation. � Only written or faxed requests received directly from the requestors are acceptable. �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 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 Ombudsman at (405) 734-8241. �DO NOT CALL THIS NUMBER FOR SOLICITATION REQUESTS.� 16. Authority: �10 U.S.C. 2304(c)(1), Justification: �supplies (or Services) required are available from only one or a limited number of responsible sources(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. 17. All responsible sources may submit a capability statement, proposal, or quotation which shall be considered by the agency. �One or more of the items under this acquisition is subject to Free Trade Agreements. 18. Based upon market research, the Government is using the policies contained in FAR Part 12 (13.5), Acquisition of Commercial Items, in its solicitation for the described supplies. � 19. Qualification Requirement (QR) does not apply. �� � 20. Export Control does not apply. 21. The solicitation will be available for download on the release date from www.sam.gov. � No telephone requests. �Questions concerning this synopsis or subsequent solicitation can be directed to Denver Robb at email denver.robb@us.af.mil. ��
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/8f74df7fc2b443dc812fd1ebe7013b43/view)
 
Place of Performance
Address: USA
Country: USA
 
Record
SN06263448-F 20220312/220310230107 (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.