SOLICITATION NOTICE
28 -- NOZZLE SEGMENT,TURB
- Notice Date
- 6/29/2009
- 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), DEPARTMENT OF THE AIR FORCE; BLDG 3001 SUITE 2AH82A; TINKER AFB; OK; 73145
- ZIP Code
- 73145
- Solicitation Number
- FA8121-09-R-0052
- Response Due
- 7/27/2009
- Archive Date
- 10/25/2009
- Point of Contact
- Albert Long, Phone 405-734-4629, Fax 405-739-3462, Email alberto.long@tinker.af.mil<br />
- E-Mail Address
-
Albert Long
(alberto.long@tinker.af.mil)
- Small Business Set-Aside
- N/A
- Description
- This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in 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. This solicitation document, incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-24 dated 28 Feb 08. The Purchase Request number is FD2030-09-07081. The solicitation number is for FA8121-09-R-0052. The solicitation is a request for proposals (RFP). Proposals will be received at the issuing office until 3:00 PM Central Standard Time on 27 July 2009. Qualified sources are GEES, Cincinnati, OH (062W2), CFM International, Cincinnati, OH (58828), Snecma Services, France (F6048), Propulsion Technologies, Miami, FL (0S6M6), and Chromalloy Gas and Turbine Corporation, Carson City, NV (0UEH6). All responsible sources solicited may submit a proposal that shall be considered. Award will be made only if the offeror, the product/service or the offeror meets qualification requirements at the time of award IAW FAR clause 52.209-1. Interested persons may identify their interest and capability to respond to the requirement or submit proposals. This solicitation document incorporates provisions and clauses that are in effect in the Federal Acquisition Regulations and supplements on the date the solicitation is issued. The North American Industry Classification System Code (NAICS) is 336412. Line Item 0001; Input/Output NSN: 2840-01-438-9420PN; P/N 2002M64G02/G04 and/or CN202M64G02-1; NSN: 2840-01-466-9348PN ; P/N 1285M97G01/G03, 1317M36G01/G03, 9527M50G01/G03; NSN: 2840-01-206-9818; P/N 9511M43G01/05/07; NSN: 2840-01-439-1262PN; P/N 1476M30G01/05/07; NSN: 2840-01-253-1391PN; P/N 1285M96SERIES, 1319M96SERIES, 9511M43G06/G11, and/or 9993M75G15; NSN: 2840-01-274-9388PN; P/N 1385M70G02 Noun: F108 HPT Nozzle Segments Quantity: 1036 EA. Required Delivery: 173 EA beginning 30 calendar days after receipt of assets. Inspection and Acceptance of Line Item 0001 shall be FOB Origin. Inspection and Acceptance Report is WAWF. Applicable to F108 Engine, KC-135R Aircraft. Destination: Tinker AFB, OK 73145-3032. Line Item 0002: AFMC 413 Depot Production Maintenance Reporting IAW CDRL A and DID. Line Item 0003: CAV AF Data Reporting IAW CDRL B and DID. Line Item 0004: TEST Report IAW CDRL C and DID. Acceptance of Line Items 0002-0004 shall be Destination. Packaging Requirements: Items shall be packed in accordance with MIL-STD-2073-1 D, Standard Practice for Military Packaging. AFMCFARS 5352.247-9009 Military Packaging and Marking applies. Shipping and storage markings shall be in accordance with MIL-STD-129 P, Standard Practice for Military Marking. The MIL-STD-2073-1 SPI/Specifications is as follows: PACRN-PAA, PRESERVATION LVL - MIL, PACKING LVL - B QUP - 001. Supplemental Packaging: N/A Military Packaging Requirement: QUP - 001; ICQ - AAA; PRES METH - 10; CD - 1; PRES MTL - 00; WRAP MTL - JA; CUSH DUNN - NA; CT - X; UNIT CONT - DA; INT CONT - EC; UCL - M; SPEC MKG - 00; UNIT PACK WEIGHT - 1.50; UNIT PACK SIZE: LENGTH - 8.0; WIDTH - 6.0; DEPTH - 4.0; UNIT PACK CUBE: WHOLE CUBE - 00.111; OPI - O. The MIL-STD-2073-1 SPI/Specifications is as follows: PACRN-PAB, PRESERVATION LVL - MIL, PACKING LVL - B QUP - 001. Supplemental Packaging: N/A Military Packaging Requirement: QUP - 001; ICQ - AAA; PRES METH - 10; CD - 1; PRES MTL - 00; WRAP MTL - 00; CUSH DUNN - LC; CT - X; UNIT CONT - BL; INT CONT - EC; UCL - M; SPEC MKG - 00; UNIT PACK WEIGHT -.60; UNIT PACK SIZE: LENGTH - 19.0; WIDTH - 3.0; DEPTH - 2.0; UNIT PACK CUBE: WHOLE CUBE - 00.065; OPI - O. Evaluation method will be Lowest Price Technically Acceptable. Evaluation factors will be (a) technical - meets solicitation requirements (pass/fail); (b) Cost/Price; and (c) Past Performance. Past Performance and Price are of equal importance. DESCRIPTION: The HPT Assembly is composed of 23 Each HPTN Segments. The segments are joined end to end to form a 360 degree ring making the HPTN Assembly. Two vanes per segment are brazed to an inner and outer shroud to form the HPTN segment Assembly. The vanes are composed of two cast shells divided into forward and aft compartments by an inner rib. The vane segments as well as the inner and outer platforms have cooling holes drilled through their surfaces. The function of the HPTN Assembly and its individual nozzle segments is to redirect high temperature combustion gases from the combustion chamber onto the high pressure turbine rotor assembly. The segment is approximately 2.5 inches wide X 3 inches long X 4 inches tall. The individual segments are made from DSR 142 material. RMC: R1C. History: last buy July 04, Chromalloy Gas Turbine Corporation, QTY: 2844 EA Unit price <$3,400.00. Electronic procedures will be used for this solicitation through FedBizOpps at http://www.fbo.gov. The following FAR provisions and clauses apply to this solicitation and are incorporated by reference. FAR 52.209-1 Qualification Requirements (Feb 1995); FAR 52.212-1 Instructions to Offerors-Commercial Items (Apr 2008); FAR 52.212-2, Evaluation-Commercial Items (Jan 1999); FAR 52.212-3, Offerors, Representations and Certifications-Commercial Items (May 2001) A completed copy of the Offeror Representations and Certifications must be included with the proposal unless the offeror is registered in ORCA; FAR 52.212-4, Contract Terms and Conditions-Commercial Items (Feb 2007); FAR 52.212-5, Contract Terms and Conditions Required to Implements Statues or Executive Orders-Commercial Items (Apr 2008); FAR 52.203-6 Restrictions on Subcontractor Sales to the government (Sep 2006); FAR 52.219-8 Utilization of Small Business Concerns (May 2004) and Alternate II (Oct 2001); FAR 52.219-9 Small Business Subcontracting Plan (Apr 2008) and Alt II (Oct 2001); FAR 52.219-16 Liquidated Damages-Subcontracting Plan (Jan 1999); FAR 52.222.21 Prohibition of Segregated Facilities (Feb 1999); FAR 52.222-26, Equal Opportunity (Feb 1999); FAR 52.222-35, Affirmative Action for Disabled Veterans and Veterans of the Vietnam Era (Apr 1998); FAR 52.222-36, Affirmative Action for Workers with Disabilities(Jun 1998); FAR 52.222-37, Employment Reports or Disabled Veterans and Veterans of the Vietnam Era (Jan 1999); FAR 52.222-39, Notification of Employee Rights Concerning Payment of Union Dues or Fees (Dec 2004); FAR 52.222-50 Combating Trafficking in Persons (Aug 2007); FAR 52.225-13 Restriction on Certain Foreign Purchases (Feb 2006); FAR 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration (May 1999); FAR 52.237-11 Accepting and Dispensing of $1 Coin (Aug 2007); FAR 52.246-11 Higher-Level contract Quality Requirement (Feb 1999) ISO 9001-2000 IAW PWS Para 1.6 (24 Apr 2008); FAR 52.247-29, FOB Origin (Jun 1988); FAR 52.252-4, Alterations in Contract (APR 1984); DFARS 252.211-7007 Item Unique Identification of Government Property (Sep 2007); DFARS 252.212-7001, Contract Terms and Conditions Required to Implements Statues or Executive Orders Applicable to Defense Acquisitions of Commercial Items (Mar 2008); DFARS 252.225-7000, Buy American Act-Balance of Payments Program Certificate (Sep 1999); DFARS 252.225-7001, Buy American Act and Balance of Payments Program (Mar 1998); DFARS 252.225-7014 Preference for Domestic Specialty Metals (Jun 2005) and Alt I; DFARS 252.225-7028, Exclusionary Policies and Practices of Foreign Government (Dec 1991); AFMCFARS 5352.247-9009 Military Packaging and Marking (Aug 2002); AFMCFARS 5352.291-9005 End Items Beyond Economical Repair (Jul 1997).The full text of any clause can be found at: http//: farsite.hill.af.mil. Note 23 applies. Contact Albert Long at 405-734-4629 for information regarding this solicitation. Fax number is 405-739-3462. E-mail address is alberto.long@tinker.af.mil.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/OCALCCC/FA8121-09-R-0052/listing.html)
- Record
- SN01859737-W 20090701/090629235949-d0d673cd4fedc37c83598999a6a592b0 (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 |