MODIFICATION
16 -- Overhaul/Remmanufacture of B-52 Electromechanical Actuator, NSN 1680-00-474-4410RK, P/N 525214-2 - Amendment 2
- Notice Date
- 7/15/2011
- Notice Type
- Modification/Amendment
- 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), 3001 Staff Drive, Ste 1AG76A, Tinker AFB, Oklahoma, 73145-3015
- ZIP Code
- 73145-3015
- Solicitation Number
- FA8118-10-R-0067
- Archive Date
- 9/30/2011
- Point of Contact
- Michelle Syth, Phone: 4057399444, David L. Zawisza, Fax: 4057394417
- E-Mail Address
-
michelle.syth@tinker.af.mil, david.zawisza@tinker.af.mil
(michelle.syth@tinker.af.mil, david.zawisza@tinker.af.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- AMENDMENT 0002 **AS OF 15 JULY 2011 THIS SOLICITATION IS HEREBY CANCELLED IN ITS ENTIRETY. SEE AMENDMENT 0002** The Government intends to issue a solicitation on or after 10 August 2010 for the overhaul/remanufacture of the B-52 Electromechanical Actuator. This notice does not in itself represent the issuance of a formal request for proposal and is not intended to be taken as such. All questions regarding this notice are to be submitted in writing via E-mail or Fax. Description Noun: Electromechanical Actuator NSN: 1680-00-474-4410RK P/N: 525214-2 Applicability: B-52 100% Small Business Set-Aside A Firm Fixed Priced, five-year requirements contract consisting of a one-year base period and four one-year options is contemplated. The requirements set forth in this notice are defined per Purchase Request FD2030-10-27465 as follows: 1. The contractor shall provide all labor, facilities, equipment, and material to accomplish Overhaul/remanufacture of the B-52 Electromechanical Actuator. The work encompasses the disassembly, cleaning, inspection, maintenance, re-assembly, testing, and finishing actions required to return the item to a like new condition in accordance with the solicitation requirements and attachments. NOTE: Technical Order distribution is authorized to the DoD and U.S. DoD contractors only. Requests for this document shall be referred to the point of contact listed below. Contractor must submit a copy of their current, up-to-date, approved DD Form 2345 (Military Critical Technical Data Agreement). 2. List of applicable CLIN's **Numbering of CLINS is not specific but for informational purposes only** a. CLIN 0001: Overhaul/remanufacture of B-52 Electromechanical Actuator (NSN: 1680-00-474-4410RK, P/N: 525214-2) Best Estimated Quantities Basic Yr: 8Ea Option I: 10Ea Option II: 8Ea Option III: 10Ea Option IV: 8Ea b. CLIN 0002: DATA (NOT SEPARATELY PRICED) c. CLIN 0003: OVER AND ABOVE (TO BE NEGOTIATED) 3. Required Delivery (referencing 2 above), a. CLIN 0001: 1 Ea 30 days ARO and reps. b. CLIN 0002: Based on delivery of CLIN 0001 assets c. CLIN 0003: As negotiated 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 (SAR) package to the Source Development, Small Business Office @ 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. 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 procedures will be used for this solicitation. IAW FAR 5.207(c)(15)(i), all responsible sources may submit a bid, proposal, or quotation which will be considered by the agency
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/OCALCCC/FA8118-10-R-0067/listing.html)
- Record
- SN02500478-W 20110717/110715235328-0a92ee95c36c39b0745c7d9ed0d513f9 (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 |