Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 20, 2010 FBO #3099
MODIFICATION

48 -- VALVE,REGULATING,TE - Amendment 1

Notice Date
5/18/2010
 
Notice Type
Modification/Amendment
 
NAICS
336413 — Other Aircraft Parts and Auxiliary Equipment Manufacturing
 
Contracting Office
DEPARTMENT OF THE AIR FORCE; BLDG 3001 SUITE 2AH81A; TINKER AFB;OK; 73145
 
ZIP Code
73145
 
Solicitation Number
FA8118-10-R-0029
 
Response Due
5/24/2010 3:00:00 PM
 
Archive Date
9/30/2010
 
Point of Contact
Michelle Syth, Phone: 4057399444, James Williams,
 
E-Mail Address
michelle.syth@tinker.af.mil, James.G.Williams@tinker.af.mil
(michelle.syth@tinker.af.mil, James.G.Williams@tinker.af.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
AppendixA_11May10 Amendment 0001 The Government intends to issue a solicitation on or about 21 Apr10 with a closing date of 21 May 10 for the remanufacture/overhaul of the KC-135/RC-135 Temperature Regulating Valve. The intending solicitation will be for a three year requirement consisting of a base year and two one year options. "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 FD2030-10-27200 as follows: 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 Temperature Regulating Valve to a like new condition. 2. The list of applicable CLIN's (Base and all option year requirements are the same and each will be identified accordingly.) a. CLIN 0001 NSN: 4820-01-140-1975TP, P/N 3289522-3-1(Remanufacture/overhaul of the Interconnect Valve) 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: Initial delivery will be 25 each 30 Days ARO/REPS and 20each 30 Days ARO/REPS thereafter until order is complete. b. As negotiated c. 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 the Source Development, Small Business Office @405-739-7243. As prescribed in FAR9.202(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 three year ID/IQ contract consisting of a base year and two 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 NUMBERFOR 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. Notes: IAW FAR 5.207(c)(15)(i), All responsible sources may submit a bid, proposal, or quotation which will be considered by the agency Foreign participation is not permitted at the prime contractor level.(AFFARS 5305.204) _________________________________________________________________________ Amendment 0001 issued 18 May 2010, see attached _________________________________________________________________________ Questions: Q. Please verify the Stock List Price A. See amendment 0001 Q. In Appendix A on page 16 list the 100% assembly part replacement requirements. 3 parts are found to be unrecognizable in this list. Can you please confirm the following: P/N S8157N-016 (Washer, Special) should this part number be S8157N7-016. P/N S8157N-062 (Washer, Special) should this part number be S8157N7-062. P/N 8308-3 (Bolt) unable to locate in current TO's. Can you please confirm this part number referencing a page number in the TO's? A. See the revised Appendix A attached to amendment 0001 for current 100% part replacement requirements. Q. Referencing Appendix A, page 6, Section 1.10.3 & 1.10.5 - the Contractor can only use alternate parts if they are no longer available from the OEM or DLA with the approval of the Engineer. However, can a Contractor propose using alternate parts to reduce the maintenance costs to the govt.? If so, would we state this in our initial bid under the 5.5 Exceptions to Terms and Conditions? A. Engineering would review requests for use of alternate parts on a case-by-case basis. Any proposed alternate parts would need to be clearly noted in the offer.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/OCALCCC/FA8118-10-R-0029/listing.html)
 
Record
SN02153184-W 20100520/100518235447-306853bec1880ab9a85aac60c0a88a7e (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.