SOLICITATION NOTICE
28 -- TF33 NOZZLE ASSEMBLY,TUR
- Notice Date
- 4/10/2010
- Notice Type
- Presolicitation
- NAICS
- 336412
— Aircraft Engine and Engine Parts Manufacturing
- Contracting Office
- DEFENSE LOGISTICS AGENCY; DLR PROCUREMENT OPS DSCR-ZBA;3001 STAFF DRIVE; TINKER AFB; OK; 73145
- ZIP Code
- 73145
- Solicitation Number
- SPRTA1-10-R-0418
- Response Due
- 5/27/2010
- Point of Contact
- Tasha L Pargali, Phone 405-734-8126, Fax 405-734-8129, Email tasha.pargali@tinker.af.mil
- E-Mail Address
-
Tasha Pargali
(tasha.pargali@tinker.af.mil)
- Small Business Set-Aside
- N/A
- Description
- Qualified Sources: United Technologies (Cage 52661), Electro-Methods, Inc (Cage 33617), Orenda Aero (Cage 35013). New manufactured material solicited. New and Unused Government and or Commercial Surplus may be considered. It is suggested that small business firms or others interested in subcontracting opportunities in connection with the described procurement make contact with the firm(s) listed. 1.Estimated issue date and estimated closing/response date: Issued 27April 2010, Closes 27 May 2010 2.PR# - FD2030-10-71447 3.Service/Spare/Repair/OH -SPARE 4.AMC - 1C 5.Item: NOZZLE ASSEMBLY,TUR 6.NSN - 2840-01-004-1797RV 7.PN - 749777 8.Description: SB Set Aside Not Applicable. Non Commercial Item. Consists of an inner and outer shroud precisely made of steel. Overall length 3.087 inches minimum and 3.089 inches maximum. Used to locate and secure vanes equipment distant at a precise angle. The inner shroud locates and supports the outer periphery of the inner stage air seal ring. 9.Total Line Item Quantity: First Article Government Test may be required.LI 0001: Current Requirement is 325 EA. MIN QTY: 81, MAX QTY: 488 10.Application (Engine or Aircraft) - Appl TF33 Aircraft Engine 11.Destination: LI 0001 FB2039, Tinker AFB, OK. 73145-9013; If First Article Testing is required delivery will be made to FY2303 FAGT 12.Delivery: Required Delivery - 325 EA on or before 30 Sep 2013 13.Qualification Requirements exist. Due to the complexity andcriticality of this part, only actual manufactures that have successfully completed all testing required by the original company responsible for the design, or manufacturers that have successfully completed all testing on items determined by the government to be similar in complexity and criticality and can be considered approved sources for this item. AWARD WILL NOT BE WITHHELD AWAITING QUALIFICATION 14. Export Control required. You are REQUIRED to be "EXPORT CONTROLLED" certified in order to receive and view the drawings for this solicitation. Foreign owned firms are advised to contact the contracting officer or program manager before submitting a proposal to determine whether there are restrictions on receiving an award. 15.UID: Note to Contractor: If unit price exceeds $5,000 then UID requirements will apply. 16. Mandatory Language: In Accordance With FAR 5.207 (c) (15) (i); All responsible sources may submit a bid, proposal, or quotation which shall be considered by the agency. The Government's obligation under this contract is contingent upon the availability of appropriated funds from which payment for contract purposes can be made.No legal liability on the part of the Government for any payment may arise until funds are made available to the Contracting Officer for this contract and until the Contractor receives notice of such availability, to be confirmed in writing by the Contracting Officer. 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 (405-734-8253). DO NOT CALL THIS NUMBER FOR SOLICITATION REQUESTS. While price will be a significant factor in the evaluation of offers, the final contract award decision may be based upon a combination of price and past performance factors as detailed in the solicitation. Due to the complexity and criticality of this part, only actual manufactures that have successfully completed all testing required by the original company responsible for the design, or manufacturers that have successfully completed all testing on items determined by the government to be similar in complexity and criticality and can be considered approved sources for this item. Award will be made only if the offeror, the product/service or the manufacturer meets qualification requirement at time of award, in accordance with FAR clause 52.209-1 or 52.209-2. The solicitation identifies the office where additional information can be obtained concerning qualification requirements and is cited in each individual solicitation. AWARD WILL NOT BE WITHHELD AWAITING QUALIFICATION. Based upon market research, the Government is not using the policies contained in Part 12, Acquisition of Commercial Items, in its solicitation for the described supplies or services. However, interested persons 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. EXPORT CONTROLLED DATA: This acquisition may/does involve technology that has a military or space application. The only US contractors who may participate are those that are certified and registered with DLSC (1-800-352-3572) and have a legitimate business purpose. US contractors must submit a copy of their current, approved DD Form 2345 with their request for solicitation. The form, including instructions for completing the form, is available at http://www.dtic.mil/whs/directives/infomgt/forms/forminfo/forminfopage2220.html. The solicitation/data package will be mailed to the data custodian identified in block 3 of the DD Form 2345. The extent of foreign participation has not yet been determined. MOU country sources must contact the Contracting Officer within 15 calendar days of the date of this synopsis notice to receive a copy of the solicitation at the time it is initially issued. Issuance of the RFP will not be delayed to review requests from MOU country sources received after 15 days or from non-MOU country sources. Nothing in this notice contradicts other restrictions, identified in the synopsis notice or solicitation, regarding eligible sources (e.g., if this is a small-business set-aside, foreign sources may not participate as potential prime contractors but could, if otherwise eligible, participate as subcontractors). Electronic procedures will be used for this solicitation. Hardcopies of the solicitation will not be sent from this office. The solicitation will be available for download only at www.fbo.gov. Questions concerning this synopsis or subsequent solicitation can be directed to Tasha Pargali at (405) 734-8126, fax (405) 734-8129, or e-mail tasha.pargali@tinker.af.mil.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/OCALCCC/SPRTA1-10-R-0418/listing.html)
- Record
- SN02118615-W 20100412/100410233034-27e9baef45f69906fb132c937797f61d (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 |