Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 28, 2009 FBO #2651
SOLICITATION NOTICE

28 -- LINER,COMBUSTION CH

Notice Date
2/26/2009
 
Notice Type
Presolicitation
 
NAICS
336412 — Aircraft Engine and Engine Parts Manufacturing
 
Contracting Office
Department of the Air Force, Air Force Materiel Command, Tinker OC-ALC - (Central Contracting), DEFENSE LOGISTICS AGENCY; DLR PROCUREMENT OPS DSCR-ZBA;3001STAFF DRIVE; TINKER AFB; OK; 73145
 
ZIP Code
73145
 
Solicitation Number
SPRTA1-09-R-0285
 
Response Due
3/13/2009
 
Point of Contact
Donna M Lovell, Phone 405-734-8105, Fax 405-734-8106, />
 
E-Mail Address
onna.lovell@dla.mil<br
 
Small Business Set-Aside
N/A
 
Description
COMBINED SYNOPSIS/SOLICITATION FOR TURBINE SPEED SENSOR FOR F108 ENGINENSN 2840-01-455-8002PN/ PN 2255M77G01 PR# FD2030-09-81157Solicitation: # SPRTA1-09-R-0285 This is a combined synopsis/solicitation for commercial items preparedin accordance with the format in Subpart 12.6, as supplemented withadditional information included in this notice. This announcementconstitutes the only solicitation; proposals are being requested and awritten solicitation will not be issued. Solicitation numberSPRTA1-09-R-0285 is issued as a request for proposal (RFP). Thesolicitation document and incorporated provisions and clauses are thosein effect through Federal Acquisition Regulation (FAR) and DefenseFederal Acquisition Regulation (DFARS). The associated NAICS code is336412. The contractor shall provide all supplies FOB Origin. Thegovernment anticipates award of a firm fixed price contract. Theevaluation factors for this RFP are technical capability, delivery andprice. The government intends to make award based on best value. "BestValue" means the expected outcome of the acquisition that, in theGovernment's estimation, provides the greatest overall benefit inresponse to the requirement. The Government intends to award onecontract as a result o f this solicitation. An offer will be considerednon-responsive if technical acceptability and delivery are not met. DESCRIPTION OF REQUIREMENT: Combustion Chamber Liner Function: The combustion liner consists of both cast and machinecomponents with twenty primary swirl nozzles and 20 secondary swirlnozzles with ventures and sleeves are used to provide mixing of air andfuel. The entire surface of the dome is cooled by a film of airdimensions: Dimensions: 20.0 inches in length by 2.0 inches in width Material: HS188, L6055 Wear Coat and Hastolloy CLIN 0001 Combustion Chamber Liner (New Manufactured) 7 eaNSN: 2840-01-455-8002 PN PN#2255M77G01/1561M26G05AMC: 3Z CLIN 0002 (New/Unused Government or Commercial Surplus-Same as 0001)7 eaNSN: 2840-01-455-8002 PN PN#2255M77G01/1561M26G05AMC: 3Z SURPLUS NOTES: Surplus material shall be new/unused material and acceptance inspectionshall be conducted at destination facility. Commercial off-the-shelf(COTS) surplus parts supplied by surplus vendor shall have the originalFAA Form 8130-3 or Certificate of Conformance with appropriatedocumentation annotated by the OEM's manufacturing source. Anincomplete, altered or incorrect FAA 8130-3 and/or Certificate ofConformance is unacceptable as an Airworthiness Release Record. Asurplus vendor is a supplier not the manufacturer of subject part andcannot verify part meets FAA design and airworthiness standards. No commercially repaired, reconditioned or modified surplus COTSmaterial will be authorized and/or acceptable for use in MilitaryF108-CFM56-2B engines. FAA-PMA manufactured new/unused replacementparts that were approved for production under these methods, FAAdesignees, DER, DOA, DAS, Etc. and an approved SAR package or 546CBSEngineering approval prior to acceptance inspection. PMA, P/Ns areidentified with either prefix/suffix to differentiate from OEM P/N andare not acceptable without prior approval. ATA Spec 106 is not an FAAacceptable form and/or paper work for surplus material and will not beacceptable by the Air Force as an approval document. RESPONSE DATE: 13 Mar 09 @ 3pm CST REQUIRED DELIVERY: 30 Jun 09 DESTINATION: USAF - TAFB HISTORY: 44 ea 27 Jun 08 from CFMI QUALIFIED SOURCE: CFMI Specifications, plans or drawings relating to the procurement describedare incomplete or not available and cannot be furnished by theGovernment. Source must be approved prior to award and award will not be delayed dueto pending qualification approval process. SOLICITIATION WILL BE POSTED TO FBO ONLY. INDIVIDUAL REQUESTS WILL NOTRECEIVE A RESPONSE AS FBO IS A PUBLIC ACCESS DOMAIN. EXPORT CONTROL DOES NOT APPLY. APPLICABLE FBO NOTES: 22, 23 SOLICITIATION CLAUSES: The following FAR, DFARs, AFFARS, AFMCFARS provisions and clauses applyto this acquisition and can be viewed at http://farsite.hill.af.mil/ : 52.212-5Contract Terms and Conditions required to ImplementStatutes or Executive Orders-Commercial Items (Oct 2008)52.203-652.219-452.219-852.219-9 Alt II52.219-1652.219-2852.222-1952.222-2152.222-2652.222-3552.222-3652.222-3752.222-3952.222-5052.225-1352.232-33 525.212-7001Contract Terms and Conditions Required to ImplementStatutes or Executive Orders Applicable to Defense Acquisitions ofCommercial Items (Sep 2008)52.203-3252.205-7000252.219-7003252.225-7001252.225-7012252.226-7001252.232-7003252.243-7002252.247-7023 FAR52.203-352.204-4 52.204-752.212-152.212-2(Evaluation Criteria shall be as specified above) 52.212-3 & Alt I (An offeror shall complete only paragraph (j) of thisprovision if the offeror has completed the annual representations andcertificates electronically at http://orca.bpn.gov. If an offeror hasnot completed the annual representations and certificationselectronically at the ORCA website, the offeror shall complete onlyparagraphs (b) through (i) of this provision.) 52.212-4 52.225-152.225-1852.233-452.246-1152.246-1652.247-152.247-3052.247-4652.247-47 (CLIN 0001 & CLIN 0002 - Surface)52.247-65 DFARS252.209-7001252.211-7003252.212-7000252.212-7001252.225-7000252.225-7002252.225-7014 & Alt I252.232-7010 AFMC FAR5352.201-9101 (Ombudsman: DSCR-ZBB at (405) 734-8253)5352.211-9002 (Surplus - CLIN 0002)5352.211-9006 (Surplus -CLIN 0002)5352.211-9011 (Surplus- CLIN 0002)5352.211-9012 (Surplus - CLIN 0002)5352.211-9016 (Surplus - CLIN 0002)5352.211-9017 (Surplus-CLIN 0002)5352.215-9004 (CLIN 0001 & CLIN 0002 CFM International Inc - Cage 58828)5352.232-9002 (FRS2)5352.247-9000 (Accounting Info will be specified on award document) PPIRS-SR USE OF PAST PERFORMANCE RETREIVAL SYSTEM Offerors are required to be registered in the Central ContractorRegistration database (CCR) ( www.ccr.gov ). Offerors must beregistered prior to receiving an award for this acquisition or for anyfuture awards. As a condition of receipt of this contract, theContractor agrees to implement the Department of Defense web-basedsoftware application, Wide Area Workflow Receipt and Acceptance(WAWF-RA). The website for registration is http://rmb.ogden.disa.mil. Submit proposals electronically to Donna Lovell through: e-mail @ Donna.Lovell@tinker.af.mil or Fax to: (405) 734-8106 or Mail to:Defense Logistics Agency - Aviation DetATTN: Donna Lovell (DSCR-DZAB)3001 Staff Drive, Ste 2AC4109HTinker AFB OK 73145-3070 Proposal is due by 13 Mar 09 @ 3pm CST. Contact Donna Lovell @ (405) 734-8105 if additional information isneeded.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=dc9c6a631f085374b0d77ccf7a740aeb&tab=core&_cview=1)
 
Record
SN01757875-W 20090228/090226220623-dc9c6a631f085374b0d77ccf7a740aeb (fbodaily.com)
 
Source
FedBizOpps Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO 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.