Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF FEBRUARY 18, 2023 SAM #7753
SOLICITATION NOTICE

16 -- B-52 Hydraulic Servo-valve, NSN: 1650-01-206-6401, Part Number: 73111

Notice Date
2/16/2023 12:21:15 PM
 
Notice Type
Presolicitation
 
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
FD20302101638
 
Response Due
3/17/2023 1:00:00 PM
 
Point of Contact
Jacqueline K West, Phone: 4057362431, Matthew Churchwell
 
E-Mail Address
jacqueline.west@us.af.mil, matthew.churchwell.2@us.af.mil
(jacqueline.west@us.af.mil, matthew.churchwell.2@us.af.mil)
 
Description
The United States Air Force through Air Force Sustainment Center (AFSC), Tinker AFB 73145 is contemplating the Remanufacture of B-52 Hydraulic Servo-valve, NSN:� 1650-01-206-6401, Part Number:� 73111.� A firm fixed price type contract is contemplated.� The requirements set forth in this notice are defined per Purchase Request FD20302101638 as follows: Written response is required. CLIN 0001: Remanufacture of Hydraulic Servo-valve, Basic Year 1-3 plus Two � 1 year Option Years; NSN: 1650-01-206-6401 P/N 73111; Best estimated quantity (BEQ) Basic Year 1-3 � BEQ 15 EA Option Year 1 � BEQ 5 EA Option Year 2 � BEQ 5 EA CLIN 0002: Data & Reporting � NSP (Not Separately Priced) CLIN 0003: Over and Above � TBN (To Be Negotiated) Function:� 4 way proportional electro-hydraulic valve used to control hydraulic flow to the rudder actuator.� Material:� Steel, Aluminum, Rubber and Teflon. Delivery:� 1 unit(s) every 30 days after receipt of order (ARO).� Early delivery is acceptable.� Ship To:� SW3210 � DLA Distribution Depot Hill Duration of Contract Period: Five Years Total, 1 � 3-Year Basic with Two � 1 Year Options Qualification Requirements: QUALIFICATION REQUIREMENTS APPLY.� For qualification information/source approval requests contact the Source Development Office, OC-ALC/SB (405) 739-7243.� Award will be based on meeting our requirements and cannot be delayed pending qualification of additional sources.� Part requires engineering source approval by the design control activity in order to maintain the quality of the part.� Existing unique design capability, engineering skills, and manufacturing knowledge by the qualified source(s) require acquisition of the part from approve sources.� Current approved sources include: Parker-Hannifin Corp DBA:� Customer Support�������������� CAGE CODE: 93835 Military Division����������������������� ����������������������� Export Control:� N/A The RMC/RMSC is R1/C Set-aside: N/A The Government intends to issue solicitation FA8118-23-R-0013 on or about 20 March 2023 with a closing response date of 20 April 2023 and estimated award date to be determined.� This notice does not in itself represent the issuance of a formal request for proposal and is not intended to be taken as such. Based upon market research, the Government will not be using policies contained in Part 12, Acquisition of Commercial Items, in its solicitation for the described supplies or services.� However, interested parties 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.� All questions regarding this notice are to be submitted in writing via E-mail or Fax.� All questions submitted to this office are subject to be posted in this notice along with the appropriate response(s).� Vendor identities will not be disclosed.� Prospective offerors must comply with all the requirements of the solicitation and any attachments thereto to be considered responsive.� All offerors are to specify in their response whether they are a large business, small business, small disadvantaged business, 8(a) concern, women-owned small business, HUBZone small business, veteran-owned small business or service-disabled veteran-owned small business.� Also offerors must specify whether they are a U.S. or foreign-owned firm. OMBUDSMAN (AUG 2005) (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 the Ombudsman at 405-736-3273.� DO NOT CALL THIS NUMBER FOR SOLICITATION REQUESTS. Electronic procedures will be used for this solicitation.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/2a67ddff9d2c430b9daf3a83174f9224/view)
 
Place of Performance
Address: USA
Country: USA
 
Record
SN06593879-F 20230218/230216230115 (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.