Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JUNE 29, 2023 SAM #7884
SOLICITATION NOTICE

16 -- Manufacture of Cylinder Assembly for the KC-135 Aircraft

Notice Date
6/27/2023 8:15:53 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
SPRTA1-23-Q-0356
 
Response Due
8/16/2023 1:00:00 PM
 
Archive Date
08/31/2023
 
Point of Contact
Dana Craun, Phone: 4054269405
 
E-Mail Address
dana.craun@us.af.mil
(dana.craun@us.af.mil)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
Synopsis for Boeing Rights Guard (BRG) Applicable Acquisition AMC: 1/G 100% Small Business Set-Aside 1. Estimated Solicitation issue date is 29 June 2023 with an estimated closing/response date of 16 August 2023. It is the intention of DLA Aviation at Oklahoma City to allow a 45-Day Solicitation period for Boeing Rights Guard applicable acquisitions with days 1 through 15 being allotted to allow time for additional potential sources to submit requests for, and receive, the BRG Technical Data Package. This additional time over-and-above the standard 30-day Solicitation timeframe is a courtesy and serves as constructive notice that it is the affirmative responsibility of potential offerors to monitor the SAM.GOV and quickly process requests for the BRG Technical Data Package and that Solicitation Closing Dates WILL NOT be extended for the sole-purpose to allow for additional time to propose. 2. Request for Proposal #: SPRTA1-23-Q-0356 3. Purchase Request: FD2030-23-00824, US Air Force Requirement 4. Nomenclature/Noun: CYLINDER ASSEMBLY,A, 5. NSN: 1650006927493 6. Part Number: 90-3171-1 7. Application (Engine or Aircraft): KC-135 8. Acquisition Method Code (AMC): 1/G; Full and Open Competitive Acquisition for the Second or Subsequent Time. Acquisition is subject to Boeing Rights Guard (BRG) restrictions and procedures. Information concerning procedures to request/obtain the BRG Technical Data Package via DoD Safe as well as the applicable points-of-contact will be outlined on the solicitation itself, when issued. 9. History: Previously purchased 20 each on contract Number SPRTA119P0035 from G.S.E. Dynamics Inc. awarded on 16 Nov 2018 . 10. Description/Function: ACTUATOR ASSEMBLY, OPERATING PRESSURE 3000 POUNDS PER SQUARE INCH. PORTS 9/16-18 THREADS. 14 INCHES BY 4 INCHES WIDE BY 6 INCHES TALL, WEIGHT 1 POUND. MADE FROM VARIOUS, STEEL, ALUMINUM, RUBBER, AND PLASTIC. PROVIDES HYDRAULIC ACTUATION OF BOOM TELESCOPING VALVE. 11. Dimensions: LENGTH ( IN )5.6100, WIDTH ( IN )2.3000, HEIGHT( IN) 2.3100 WEIGHT ( LB )0.9400 12. Material: Alloy, Misc 13. Sources / Qualified Sources (if Qualification Requirements Apply): Total Small Business Set A-Side, Export Controlled Certification, and Boeing Rights Guard Certification required. 14. Qualification Requirements: Not applicable to this acquisition. If Qualification Requirements apply to this acquisition, contact the buyer listed below at (405) 426- 9405 or dana.craun@us.af.mil for qualification information or source approval requests. 15. First Article: First Article(s) ARE NOT required for this acquisition. If First Articles are required, if there are any applicable waiver criteria, these will be detailed in the solicitation itself, when issued. 16. Export Control: Yes. If identified as being applicable, you are REQUIRED to be �EXPORT CONTROLLED� certified in order to receive and view the Technical Data Package / drawings for this solicitation. If your company intends to become Export Control Certified, a web site for registration exists: http://www.dlis.dla.mil/jcp/. Foreign owned firms are advised to contact the contracting officer or program manager before submitting a proposal to determine whether there are restrictions on receiving an award. Access to the Technical Data Package for this acquisition is restricted to potential offerors who have met the requirements to view/receive Export Controlled data as well as satisfying the requirements under the Boeing Rights Guard controls and procedures to receive/view the Bid-Set package via DoDSafe. 17. Award of a New Manufacture Fixed-Quantity, Firm Fixed-Price contract is contemplated. Notice of Range Quantity Solicitation: The current required quantity is 12 ea. However, the final required quantity may change. Therefore, offeror(s) are required to propose prices for the specific quantity ranges identified in the Solicitation, when issued. The current overall possible quantity range for this acquisition is a between a Minimum quantity of 3 ea and Max quantity of 18 ea., to include First Article(s), if required. If the specific quantity ranges identified in the Solicitation do not provide the best pricing option for your company business model, then the contractor has the option of identifying within Provision 52.207-4, those suggested quantity ranges, for informational/planning purposes only, that yield your best prices to the Government. Offeror(s) are still required to submit proposals for the specific quantity ranges identified in the Solicitation. The Final fixed-quantity of this requirement is at the sole discretion of the Government and the Government reserves the right to award no contract at all depending on the quality and prices of proposal(s) received. The final buy quantity will be re-evaluated and determined upon receipt of proposal(s) and the closing date of the Solicitation. Surplus is NOT authorized for this procurement. Required Delivery Schedule: 3 ea, No Later Than 09 July 2023. Destination: DLA Distribution Depot, Hill AFB, Utah 18. Mandatory Language: Written procedures will be used for this solicitation. Electronic submission of completed/signed proposals via scanned PDF through e-mail to the contracting officer is authorized. DLA OMBUDSMAN (a) An ombudsman has been appointed to hear and facilitate the resolution of concerns from offerors, potential offerors, and others for this acquisition. When requested, the ombudsman will maintain strict confidentiality as to the source of the concern. The existence of the ombudsman does not affect the authority of the program manager, contracting officer, or source selection official. Further, the ombudsman does not participate in the evaluation of proposals, the source selection process, or the adjudication of protests or formal contract disputes. The ombudsman may refer the party to another official who can resolve the concern. (b) Before consulting with an ombudsman, interested parties must first address their concerns, issues, disagreements, and/or recommendations to the contracting officer for resolution. Consulting an ombudsman does not alter or postpone the timelines for any other processes (e.g., agency level bid protests, GAO bid protests, requests for debriefings, employee-employer actions, contests of OMB Circular A-76 competition performance decisions). (c) The Competition Advocate (CA) at each contracting activity/office (as defined in DLAD 2.101) shall act as the ombudsman and attempt to resolve contractor complaints. DLA AVIATION AT OKLAHOMA CITY CA/Ombudsman can be reached at (405) 734-8241. DO NOT CALL THIS NUMBER FOR SOLICITATION REQUESTS. Complaints which cannot be so resolved shall be forwarded to the HQ through J-72 for resolution by the DLA competition advocate. Each activity is responsible for developing procedures for executing the duties and responsibilities. (d) The ombudsman has no authority to render a decision that binds the agency. (e) Do not contact the ombudsman to request copies of the solicitation, verify offer due date, or clarify technical requirements. Such inquiries shall be directed to the Contracting Office. 19. UID marking requirements IAW DFARS, clause 252.211-7003 apply to this acquisition. 20. This procurement is a total 100% Small Business Set Aside.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/375b3d49dffb45cb93fcc8a7bd130f4b/view)
 
Record
SN06729528-F 20230629/230627230045 (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.