SOLICITATION NOTICE
28 -- Liner, Augmentor Com
- Notice Date
- 8/28/2023 10:09:48 AM
- Notice Type
- Presolicitation
- NAICS
- 336412
— Aircraft Engine and Engine Parts Manufacturing
- Contracting Office
- DLA AVIATION AT OKLAHOMA CITY, OK TINKER AFB OK 73145-3070 USA
- ZIP Code
- 73145-3070
- Solicitation Number
- SPRTA1-23-R-0230
- Response Due
- 9/13/2023 1:00:00 PM
- Archive Date
- 09/13/2024
- Point of Contact
- Keith Russ
- E-Mail Address
-
keith.russ@us.af.mil
(keith.russ@us.af.mil)
- Small Business Set-Aside
- SBA Total Small Business Set-Aside (FAR 19.5)
- Description
- Synopsis 1. This is a Small Business Set-Aside. Estimated issue date 13 Sep 2023 and estimated closing/response date 16 Oct 2023. 2. RFP #: SPRTA1-23-R-0230 3. PR#: FD2030-23-01319 01 4. Nomenclature/Noun: Liner, Augmentor Com 5. NSN: 2840-01-308-4469NZ 6. PN: 4078304 7. Application (Engine): F100 8. AMC: 1/C 9. History: Previously purchased 109 EA per contract SPRTA123P0057 on 17 Apr 2023. 10. Description: The liner protects the convergent seal assemblies from high exhaust gas temperatures. 11. Dimensions: L: 15.0000�; W: 4.5000�; H: 1.0000�, WT: 3.0000 lbs. 12. Material: Cobalt Base Alloy 13. A firm fixed price contract is contemplated. The item, estimated quantities and required deliveries are as follows: Quantity: LINE ITEM 0001AA: Test Report ? Destination: SW3211 (Tinker AFB, OK) ? Delivery: 1 LOT IAW DD Form 1423-1 LINE ITEM 0001AB: Test Plan ? Destination: SW3211 (Tinker AFB, OK) ? Delivery: 1 LOT IAW DD Form 1423-1 LINE ITEM 0001AC: First Article Expended ? Destination: SW3211 (Tinker AFB, OK) ? Delivery: 1 EACH IAW Form 260 LINE ITEM 0001AD: First Article Non-Expended ? Destination: SW3211 (Tinker AFB, OK) ? Delivery: 2 EACH IAW Form 260 LINE ITEM 0001AE: New Manufacture � Production Units ? Destination: DIS002 (FMS Country) ? Delivery: 223 EACH on or Before 6 Jun 2024 ? BEQ Quantity: 223 EACH LINE ITEM 0002: No First Article if Waived / Production Units ? Destination: DIS002 (FMS Country) ? Delivery: 223 EACH to 226 EACH on or Before 6 Jun 2024 ? BEQ Quantity: 223 EACH to 226 EACH 14. Qualified Sources: C.F Roark Welding (Cage: 00518) ; ACMT, Inc. (Cage: 0JWE8) ; AGC Acquisition LLC (Cage: 98500) 15. Critical Safety Item (CSI) applicability: CSI criteria DOES APPLY to this item. 16. Mandatory Language: In accordance with FAR 5.207(c)(16)(i), all responsible sources may submit a capability statement, proposal or quotation, which shall be considered by the agency. The proposed contract action is for supplies in which the Government intends to solicit and negotiate with only one source, or a limited number of sources under the authority of FAR 6.302. This is a full and open requirement. All proposals received within 45 days 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. 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. However, interested persons may identify to the contracting officer their interest and capability to satisfy the Government's requirement with a commercial item within 15 days of this notice. 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. Hardcopies of the solicitation will not be sent from this office. The solicitation will be available for download only at sam.gov. Note: An Ombudsman has been appointed to hear concerns from offers 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 contact the Ombudsman at (405) 734-8241. DO NOT CALL THIS NUMBER FOR SOLICITATION REQUESTS. 17. Export Control DOES apply. 18. Subcontracting Plan is REQUIRED if proposal is over threshold stated in FAR 19.702(a)(1)(i), currently $750,000.00. 19. The solicitation will be available for download on the release date from sam.gov. No telephone requests. Questions concerning this synopsis or subsequent solicitation can be directed to Keith Russ at keith.russ@us.af.mil.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/205f6ceb71494f61b5839e0cec8e2f96/view)
- Record
- SN06809225-F 20230830/230828230102 (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 |