SOLICITATION NOTICE
16 -- Hydraulic Transmission
- Notice Date
- 3/9/2004
- Notice Type
- Solicitation Notice
- NAICS
- 336413
— Other Aircraft Parts and Auxiliary Equipment Manufacturing
- Contracting Office
- Department of the Air Force, Air Force Materiel Command, WR-ALC, WR-ALC/PK Acquisition Opportunities 235 Byron St,, Warner Robins, GA, 31098-1611
- ZIP Code
- 31098-1611
- Solicitation Number
- FA8524-04-R-33045
- Response Due
- 3/23/2004
- Archive Date
- 12/31/2004
- Point of Contact
- Sparkle Graham, Contract Specialist, Phone (478)926-7418, Fax (478)926-7649,
- E-Mail Address
-
Sparkle.Graham@robins.af.mil
- Description
- WR-ALC/LTKA intends to award a Firm Fixed Price five-year IDIQ contract for Hydraulic Transmissions applicable to the C-5 aircraft. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. The announcement number is FA8524-04-R33045. This solicitation is issued as a Request for Proposal (RFP). The North American Industrial Classification System (NAICS) code for this acquisition is 336413, with a small business standard size of 1000 employees. This is an other than full and open competition, sole source to Rolls-Royce Gear Systems Inc. (Cage Code: 82402). The requirement is for CLIN 0001, NSN1650-00-138-6592UC, P/N: 42357-30, SIZE/FUNCTION/MATERIAL: Height Appx 5”, Width Appx 5” and appx 4 lbs., Aluminum with steel internal components. The hydraulic brake is spring-released and is engaged during emergency extension by applying hydraulic pressure. During normal operation the brake springs keep the brake plates from contracting, allowing, free rotation of the shaft. When sufficient hydraulic pressure is applied ((1500 to 3000 psi), the piston is actuated and clamps the brake plates which lock the shaft. SCHEDULE: Basic Ordering Period (CLINs 0001AA and 0001AB) consists of (CLIN 0001AA), First Article Required, quantity of 1 each, AND (CLIN 0001AB), Production Item, quantity of 8 each. Ordering Period One through Four (CLINs 1001 – 4001) consists of quantity ranges 1 – 9 each. DELIVERY: First Article FOB Destination: (FB2060) DO35K DEPOT SUPPLY, DDWG-ER DLA CENTRAL RECEIVING, 455 BYRON STREET, ROBINS AFB, GA 31098, MARK FOR: SPECIAL HANDLING FIRST ARTICLE UNIT. Approved First Article will be forwarded to USAF Supply. Disapproved First Article will be retained by WR-ALC pending disposition instructions from the contractor. Production Articles shall be delivered FOB Origin: (FB2065) D035K DEPOT SUPPLY, DDWGER-DLA CENTRAL RECEIVING, 455 BYRON STREET, ROBINS AFB, GA 31098, MARK FOR: ACCT 09. Delivery Schedule for the First Article is 180 calendar days after receipt of contract. Delivery Schedule for production articles is 3 each per month beginning 120 days after approval of First Article until contract completion. The solicitation document and incorporated provisions and clauses are those in effort through Federal Acquisition Circular 2001-10. FAR 52.212-1, Instructions to Offerors-Commercial Items – (Oct 00), and any addenda to the provision as listed in this notice; 52.212-2, Evaluation-Commercial Items – (Jan 99) (Tailored), Total Evaluated Price: In order to determine the total evaluated price to the Government of each offeror, the proposals will be evaluated, for award purposes, based on the following parameters. The total evaluated price will be calculated as the sum of the following: (i) the product of each proposed unit price for First Article/Prototypes multiplied times the respective quantity plus the First Article/Prototype evaluation cost factor ($15,000); (ii) the product of each proposed unit price of each range for the Production CLINs for all (5) Ordering Periods multiplied by the evaluation quantity for each range in each ordering period; 52.212-3 Offeror Representations and Certifications – (Jul 02), (Offeror must submit a complete copy with their offers. To obtain an electronic copy of 52.212-3, visit the following web site: http://farsite.af.mil, or contact Sparkle Graham at the below email address); 52.212-4 Contract Terms and Conditions – Commercial items – (Feb 02) and any addenda to the provision as listed in this notice; 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items-(May 02; 52.232-33, Mandatory information for Electronic Funds Transfer payments-(May 99);52.247-34, F.O.B. Destination-(Nov 91); 52.252-2, Clauses Incorporated by Reference-(Feb 98) (http://farsite.af.mil); 252.225-7001-Buy American Act and Balance of Payments Program (Mar 98); DFARS, 252.204-7004, Required Central Contractor Registration (CCR)-(Nov 01; 252.,212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders applicable to Defense acquisitions of Commercial Items-(Jul 02). To view the provisions and clauses in full text, visit the web site (http://farsite.hill.af.mil). Vendors must be registered in Central Contractor Registration (www.ccr.gov) before award can be made. The quote format is at the discretion of the offeror. Numbered Note(s) 22 apply. ALL RESPONSES MUST BE RECEIVED NO LATER THAN 4:00 P.M., EASTERN STANDARD TIME ON 23 MAR 2004. Send all proposals to Sparkle Graham, 216 Ocmulgee Court, Robins AFB GA 31098-1646 or by facsimile to 478-926-7649, or by E-email at sparkle.graham@robins.af.mil. POINT OF CONTACT Sparkle Graham, Contract Specialist, Phone (478)926-7418, Fax (478)926-7649, Email sparkle.graham@robins.af.mil
- Web Link
-
Link to FedBizOpps document.
(http://www.eps.gov/spg/USAF/AFMC/WRALC/FA8524-04-R-33045/listing.html)
- Record
- SN00540975-F 20040311/040309230819 (fbodaily.com)
- Source
-
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |