SOLICITATION NOTICE
16 -- F-15 HEAT EXCHANGER
- Notice Date
- 6/16/2010
- Notice Type
- Presolicitation
- 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-0033
- Response Due
- 7/23/2010
- Point of Contact
- Steven Snodgrass, Phone 405-739-7015, Fax 000-000-0000, Emailsteven.snodgrass@tinker.af.mil - Roger Martin, Phone - -, Fax- -, Email roger.martin@tinker.af.mil
- E-Mail Address
-
Steven Snodgrass
(steven.snodgrass@tinker.af.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- The Government intends to issue a solicitation on or about 23 Jun 10,with a closing date of 25 Jul 10 for the remanufacture/overhaul of theF-15 Heat Exchanger. The intending solicitation will be for a three yearIndefinite Delivery Indefinite Quantity (IDIQ) Contract with a minimumof 24 ea and a maximum of 720 ea. The best estimated quantity for thisremanufacture is 540 ea. A single award is contemplated but thegovernment reserves the right to issue multiple awards if needed or noaward at all. Upon the award of the contract the initial delivery orderwill be issued for the minimum amount of the contract. If multipleawards are made, any future orders that may be placed will be issuedbased on quality, past performance, and price. "This notice of intentdoes not in itself represent the issuing of a formal request forproposal and is not intended to be taken as such. The requirements setforth in this notice are defined per PR FD2030-10-27377 amendment 1asfollows: 1. This is an Overhaul requirement. The contractor shall provide all thenecessary materials, labor and equipment required to completedisassembly, cleaning, parts inspections, reassembly and testing andfinishing actions required to return the F-15 Heat Exchanger to a likenew condition. 2. The list of applicable CLIN's (Base and all option year requirementsare the same and each will be identified accordingly.)a.CLIN 0001 NSN: 1660-00-273-8669, P/N 189320-3-1(Remanufacture/Re-Core and deliver as) NSN: 1660-00-273-8669, P/N189320-3-1b. 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 12 each 30 Days ARO/REPS and 12each 30 Days ARO/REPS thereafter until order is complete. b. As negotiatedc. Based on delivery of CLIN 0001 assets 4. Prequalification of sources is essential to maintain high quality andmaximum 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 previously approved for thisacquisition must submit a Source Approval Request the SourceDevelopment, Small Business Office @405-739-7243. As prescribed in FAR9.202(e). The contracting officer need not delay a proposed award inorder to provide a potential offeror with an opportunity to demonstrateits ability to meet the standards specified for qualification. 5. If unit price exceeds $5,000.00 then UID requirements will apply6. Qualified Sources of Repair listed are: Wall Colmonoy Elite AerospaceLimco AirepairHoneywell Prospective vendors must comply with all the requirements of thesolicitation and its attachments to be considered responsive. TheGovernment does not intend to hold discussion but may hold discussion ifit is deemed necessary. A three year IDIQ contract is contemplated. OMBUDSMAN (AUG 2005) (An Ombudsman has been appointed to hear concernsfrom offerors or potential offerors during the proposal developmentphase of this acquisition.) The purpose of the Ombudsman is not todiminish the authority of the program director or contracting officer,but to communicate contractor concerns, issues, disagreements, andrecommendations to the appropriate government personnel. When requested,the Ombudsman will maintain strict confidentiality as to source of theconcern. The Ombudsman does not participate in the evaluation ofproposals or in the source selection process. Interested parties areinvited 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 bemade only if the offeror, the product/service, or the manufacturer meetsqualification requirements at the time of award in accordance with FARclause 52.209-1. The solicitation identifies the office where additionalinformation can be obtained concerning qualification requirements ascited in each individual solicitation.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/OCALCCC/FA8118-10-R-0033/listing.html)
- Record
- SN02179735-W 20100618/100616235434-4e4f050fa6232320d7a1f85c7d32e7ab (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 |