Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 14, 2011 FBO #3397
SOLICITATION NOTICE

28 -- TF33, SEAL AIR,AIRCRAFT G, AMC: 1C

Notice Date
3/12/2011
 
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
SPRTA1-11-R-0373
 
Response Due
3/12/2011
 
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
1. Estimated issue date and estimated closing/response date issued 14 March 2011,Closes 28 April 2011 2. PR# - FD2030-11-80281 3. Service/Spare/Repair/OH - SPARE 4. AMC - 1C 5. Item: SEAL AIR,AIRCRAFT G 6. NSN - 2840011681327RV 7. PN - P/N: 800220 8. Description: 100% Small Business Set Aside. New Manufactured Material Required. Current Qualified Sources: Ferrotherm Co (01993), Grosite Industries (02382), Flanagan Brothers, Inc (06959), LPI Corp (13779), Timken Aerospace (15152), Budney Co. Inc (1CG22), Unison Engine Components-Manchester (1J4P3), Dover Tool Co (1U666), ABA Industries (26795), TSS Technologies Inc (28884), Dimusz Mfg Co Inc (2V116), Birken MFG (31340), Beacon Industries Inc (32816), Electro-Methods Inc (33617), Union Machine Co (51992), United Technologies (52661), Space Craft Mfg (53385), RDS MFG Inc (8U294), Columbia Mfg (8U485), Numet Machine Technique (9Y765). 9. Total Line Item Quantity: Government First Article Test may be required.LI 0001: Min: 13 EA, Max: 77EA Current Requirement is 51 EA. 10. Application (Engine or Aircraft) - TF 33 Engine 11. Destination: FY2303, SW3211, Tinker AFB OK 73145 12. Delivery: Required Delivery - 3 EA per month Beginning 26 Sep 2011 13. Qualification Requirements exist. 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. 14. Export Control required. Foreign owned firms are advised to contact the contracting officer or program manager before submitting a proposal to determine whether there are restriction 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. Note: 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 Ombudman 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 the 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. 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 Note: 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. Award will be made only if the offeror, the product/service, or the manufacture meets qualification requirements at the time of award in accordance with FAR clause 52.209-1. AWARD WILL NOT BE WITHHELD AWAITING QUALIFICATION. This is a full and open requirement. All proposals received within 45 days after date of publication of this synopsis will be considered by the Government. A Determination by the Government not to compete this proposed contract based upon responses to this notice is solely within the discretion of the Government. Information received will normally be considered solely for the purpose of determining whether to conduct a competitive procurement. The solicitation identifies the office where additional information can be obtained concerning qualification requirements as cited in each individual solicitation. Based on 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. Estimated Duration of Contract 31 Dec 2012 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/SPRTA1-11-R-0373/listing.html)
 
Record
SN02399557-W 20110314/110312233018-cb4fe82835dfbb777d07526a189f9ef4 (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.