SOLICITATION NOTICE
29 -- PUMP, FUEL ELECTRICAL
- Notice Date
- 7/28/2009
- Notice Type
- Presolicitation
- NAICS
- 336413
— Other Aircraft Parts and Auxiliary Equipment 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 2AH81A; TINKER AFB; OK; 73145
- ZIP Code
- 73145
- Solicitation Number
- FA8118-09-R-0081
- Response Due
- 7/28/2009
- Point of Contact
- Wes Williams, Phone - - , Fax - - , Email roy.w.williams@tinker.af.mil<br />
- E-Mail Address
-
Wes Williams
(roy.w.williams@tinker.af.mil)
- Small Business Set-Aside
- N/A
- Description
- Item: 0001NSN: 2910013258599FGFG PUMP, FUEL ELECTRICALP/N: 8485-2, Description: DIMENSIONS APPROX. 12"X6"X8" AND FIVE POUNDS, FUNCTION: TRANSFER FUEL FROM AIRCRAFT STORAGE TANKS TO ENGINES. FORM: CAST ALUMINUM HOUSING CONTAINING ELECTRIC MOTOR, PUMPING ELEMENT, AND VALVES.Quantity: 16.0000 EAApplicable to: B-52 OAS/CMI MODSDestn: TBD,,., -. Delivery: *30 Calendar Days, 2.00 PR Number(s): FD20300906528Item: 0002OVER & ABOVE Description: Over & Above (O & A) requests shall be reviewed for approval or rejection by the cognizant Tinker Engineering Authority in conjunction with the Procurement Contracting Office (PCO), NOT DCMA. If approved, O & A work will be negotiated by the PCO with assistance from DCMA/DCAA as necessary. At the discretion of the Contracting Officer, the negotiation of approved O&A may be delegated to the DCMA Administrative Contracting Officer on a case by case basis. Items covered in Appendix A (Performance Work Statements (PWS)) for NSN 2910-01-325-8599, Appendix B, or the Technical Order(s), WILL NOT be candidates for O & A reference paragraph 2.2.2 of the PWS. Offerors shall have taken these issues into consideration when they proposed their unit prices during competition for the basic contract(s) Quantity: 1.0000 LO PR Number(s): FD20300906528Item: 0003DATA REQUIREMENT Description: IN ACCORDANCE WITH THE REQUIREMENTS SET FORTH ON THE DD FORM 1423 EXHIBIT "A" ATTACHED AND MADE A PART HEREOF.Quantity: 1.0000 LO PR Number(s): FD20300906528Item: 1001NSN: 2910013258599FGFG PUMP, FUEL ELECTRICALP/N: 8485-2, Description: DIMENSIONS APPROX. 12"X6"X8" AND FIVE POUNDS, FUNCTION: TRANSFER FUEL FROM AIRCRAFT STORAGE TANKS TO ENGINES. FORM: CAST ALUMINUM HOUSING CONTAINING ELECTRIC MOTOR, PUMPING ELEMENT, AND VALVES.Quantity: 16.0000 EA Destn: TBD,,., -. Delivery: *30 Calendar Days, 2.00 PR Number(s): FD20300906528Item: 1002OVER AND ABOVE Description: Over & Above (O & A) requests shall be reviewed for approval or rejection by the cognizant Tinker Engineering Authority in conjunction with the Procurement Contracting Office (PCO), NOT DCMA. If approved, O & A work will be negotiated by the PCO with assistance from DCMA/DCAA as necessary. At the discretion of the Contracting Officer, the negotiation of approved O&A may be delegated to the DCMA Administrative Contracting Officer on a case by case basis. Items covered in Appendix A (Performance Work Statements (PWS)) for NSN 2910-01-325-8599, Appendix B, or the Technical Order(s), WILL NOT be candidates for O & A reference paragraph 2.2.2 of the PWS. Offerors shall have taken these issues into consideration when they proposed their unit prices during competition for the basic contract(s)Quantity: 1.0000 LO Plus 0010 additional items Electronic procedure will be used for this solicitation. To: ITT CORPORATION, VALENCIA, CA.,91355-4100. IAW FAR 5.207(c)(15)(ii), All responsible sources may submit a capability statement, proposal, or quotation, which shall be considered by the agency The Government intends to issue a solicitation on or about 13 Aug 09 with a closing date of 14 Sep 09 for the remanufacturing/overhaul of the B-52 Fuel Pump. "This notice of intent does not in itself represent the issuing of a formal request for proposal and is not intended to be taken as such. The requirements set forth in this notice are defined per PR FD2030-09-06528 as follow: 1. This is an Overhaul requirement. The contractor shall provide all the necessary materials, labor and equipment required to complete disassembly, cleaning, parts inspections, reassembly and testing and finishing actions required to return the Dual Fuel Boost Pump to a like new condition. 2. The list of applicable CLIN'sa. CLIN 0001 NSN: 2910-01-325-8599 P/N 8485-2, DIMENSIONS APPROX. 12"X6"X8" AND FIVE POUNDS, FUNCTION: TRANSFER FUEL FROM AIRCRAFT STORAGE TANKS TO ENGINES. FORM: CAST ALUMINUM HOUSING CONTAINING ELECTRIC MOTOR, PUMPING ELEMENT, AND VALVES.b. CLIN 0002 OVER AND ABOVE (TO BE NEGOTIATED) c. CLIN 0003 DATA (NOT SEPARATELY PRICED) 3. Required Delivery referencing 2 above,a. CLIN 0001: Delivery shall be 2 each 30 Days ARO/REPS until order is complete. (NOTE: The delivery schedule of 2 each 30 days ARO/REPS also applies to any option that may be exercised)b. As negotiatedc. Based on delivery of CLIN 0001 assets 4. Prequalification of sources is essential to maintain high quality and maximum operational safety. The requirements of FAR 9.202(a) apply. Sources must be qualified prior to being considered for award. Interested vendors that have not been previous approved for this acquisition must submit a Source Approval Request to the Source Development, Small Business Office which may be contacted @ 405-739-7243. As prescribed in FAR 9.202(e). The contracting officer need not delay a proposed award in order to provide a potential offeror with an opportunity to demonstrate its ability to meet the standards specified for qualification. 5. If unit price exceeds $5,000.00 then UID requirements will apply Prospective vendors must comply with all the requirements of the solicitation and its attachments to be considered responsive. The Government does not intend to hold discussion but may hold discussion if it is deemed necessary. A five year requirements contract consisting of a base year and four one year option is contemplated. 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 procedure will be used for this solicitation. Award will be made only if the offeror, the product/service, or the manufacturer meets qualification requirements at the time of award in accordance with FAR clause 52.209-1. The solicitation identifies the office where additional information can be obtained concerning qualification requirements as cited in each individual solicitation.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/OCALCCC/FA8118-09-R-0081/listing.html)
- Record
- SN01889403-W 20090730/090728235257-7cb345481473420ac8d3deee210057e6 (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 |