Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 14, 2011 FBO #3550
SOLICITATION NOTICE

28 -- BLADE,COMPRESSOR,AI, AMC 3Z, NSN 2840-01-187-3053, PN1282M43P01

Notice Date
8/12/2011
 
Notice Type
Presolicitation
 
NAICS
336413 — Other Aircraft Parts and Auxiliary Equipment Manufacturing
 
Contracting Office
DEFENSE LOGISTICS AGENCY; DLR PROCUREMENT OPS DSCR-ZBA;3001STAFF DRIVE; TINKER AFB; OK; 73145
 
ZIP Code
73145
 
Solicitation Number
SPRTA1-11-Q-81837
 
Response Due
8/12/2011
 
Point of Contact
Deborah Teubert, Phone 405-734-8107, Fax - -, Emaildeborah.teubert@tinker.af.mil
 
E-Mail Address
Deborah Teubert
(deborah.teubert@tinker.af.mil)
 
Small Business Set-Aside
N/A
 
Description
IAW FAR 5.207 and FAR 12.603 this is a combined synopsis/solicitation.See FedBizOps posting for additional information. COMBINED SYNOPSIS/SOLICITATION FOR COMPRESSOR LINERNSN 2840-01-187-3058PN / PN 1282M43P01 PR# FD2030-11-81837Solicitation: # SPRTA1-11-Q-81837 This is a combined synopsis/solicitation for commercial items preparedin accordance with the format in Subpart 12.6, as supplemented withadditional information included in this notice. This announcementconstitutes the only solicitation; proposals are being requested and awritten solicitation will not be issued. Solicitation numberSPRTA1-11-Q-81837 is issued as a request for quote (RFQ). The solicitation document and incorporated provisions and clauses arethose in effect through Federal Acquisition Regulation (FAR) and DefenseFederal Acquisition Regulation (DFARS). The associated NAICS code is336412. The contractor shall provide all supplies FOB Origin. Thegovernment anticipates award of a firm fixed price contract. Theevaluation factors for this RFQ are technical capability and price. Thegovernment anticipates award of a firm fixed price sole source,commercial contract. The Government intends to award one contract as aresult of this combined synopsis/solicitation to an offeror who isdeemed responsible in accordance with Federal Acquisition Regulationsand whose proposal conforms to the solicitation requirements DESCRIPTION OF REQUIREMENT: CLIN 0001 Compressor Liner (New Manufactured)BEQ: 27 eaMinimum 7; Maximum 41NSN: 2840-01-187-3058PN, PN 1282M43P01AMC: 3ZFunction: The compressor liner allows attachment point of interstageseals 12 shroud segments per stageDimensions: The compressor liner is 8" in length,.2500" in inches,1.5" inches in height and 1 lb. Required Delivery: 9 each monthly beginning 1 Nov 2012 CLIN 0002 (New/Unused Government or Commercial Surplus) BEQ: 27 eaNo Min/MaxNSN: 2840-01-187-3058PN, PN 1282M43P01AMC: 3ZFunction: The compressor liner allows attachment point of interstageseals 12 shroud segments per stageDimensions: The compressor liner is 8" in length, 2500" in inches, 1.5"inches in height and 1 lb. Required Delivery: 27 each on or before 1 Nov 2012 SURPLUS NOTES: Surplus material shall be new/unused material only;acceptance inspection shall be conducted at the contractor's facility byDCMA/QAR. Commercial off-the-shelf (COTS) surplus parts, supplied bysurplus vendor shall have the original FAA Form 8130-3 or Certificate ofConformance with appropriate documentation annotated by the OEM'smanufacturing source. An incomplete, altered or incorrect FAA 8130-3and/or Certificate of Conformance is unacceptable as an AirworthinessRelease Record. Authorized manufacturer's cage code and p/n are listedabove in section 2. Surplus supply vendors are not part manufacturers,they are only supply vendors. No commercially repaired, reconditioned or modified surplus COTSmaterial will be authorized and/or acceptable for use in MilitaryF108-CFM56-2B engines. No FAA-PMA manufactured new/unused replacementparts that were approved for production under these methods, FAAdesignees; DER, DOA, DAS, is allowed, unless specifically approved SARpackage or 537ACSS Engineering approval prior to acceptance inspection.PMA P/N's are identified with either prefix/suffix to differentiate fromOEM P/N and are not acceptable without prior approval. ATA Spec 106 isnot an FAA acceptable form for surplus material. RESPONSE DATE: 26 Aug 2011 @ 3pm CST. DESTINATION: USAF - TAFB HISTORY: 29 ea 18 April 2011 from CFMI QUALIFIED SOURCE: Competition is limited as only one responsible sourceexists and no other supplies will satisfy requirements. CFMI iscurrently the only qualified source who can manufacture this part. TheGovernment does not have rights to P/N 1282M43P01 manufacturing,production or process data. This information is proprietary to CFMI. Qualification Requirements: Do not exist. SOLICITIATION WILL BE POSTED TO FBO ONLY. INDIVIDUAL REQUESTS WILL NOTRECEIVE A RESPONSE AS FBO IS A PUBLIC ACCESS DOMAIN. Offerors are required to be registered in the Central ContractorRegistration database (CCR) (www.ccr.gov ). Offerors must be registered prior to receiving an awardfor this acquisition or for any future awards. As a condition ofreceipt of this contract, the Contractor agrees to implement theDepartment of Defense web-based software application, Wide Area WorkflowReceipt and Acceptance (WAWF-RA). The website for registration ishttp://rmb.ogden.disa.mil. EXPORT CONTROL: DOES NOT APPLY. SOLICITIATION CLAUSES: The following FAR provision and clauses apply tothis acquisition and can be viewed at http://farsite.hill.af.mil:52.203-3, 52.203-6, 52.203-7, 52.203-12, 52.203-13, 52.204-10, 52.209-5,52.211-17, 52.212-3, 52.212-4, 52.212-5, 52.213-1, 52.222-1, 52.223-3,52.225-8, 52.222-19, 52.222-21, 52.222-25, 52.222-26, 52.222-35,52.222-36, 52.222-37, 52.222-40, 52.222-50, 52.222-99, 52.225-1,52.225-8, 52.225-13, 52.225-18, 52.227-3, 52.229-4, 52.230-6,52.232-33, 52.232-34, 52.233-3, 52.233-4, 52.232-33, 52.246-2, 52.246-16, 52.247-1, 52.247-29,52.252-6, SOLICITATION CLAUSES: The following DFAR provision and clauses apply tothis acquisition and can be found at at http://farsite.hill.af.mil:252.203-7000, 252.203-7002, 252.203-7003, 252.204-7008, 252.205-7000,252.211-7003, 252.211-7006, 252.212-7001, 252.219-7003, 252.219-7004,252.222-7006, 252.225-7001, 252.225-7002, 252.225-7008, 252.225-8009,252.226-7001, 252.225-7001, 252.225-7036, 252.225-7016, 252.226-7001, 252.232-7003,252.232-7009, 252.232-7010, 252.243-7002, 252.247-7024, 252.247-7024, PPIRS-SR Use of Past Performance Retrieval System Submit proposals electronically to: Deborah Teubert, E-mail: deborah.teubert@tinker.af.milor Fax to: (405) 734-8106or Mail to:Defense Logistics Agency - Aviation ATTN: Deborah Teubert (DLA-Aviation-ZBAB)3001 Staff Drive, Ste 2AC4109HTinker AFB OK 73145-3070 Proposal is due by: 26 August 2011 @ 3pm CST. Contact Deborah Teubert @ (405) 734-8107, if additional information isneeded.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/OCALCCC/SPRTA1-11-Q-81837/listing.html)
 
Record
SN02532294-W 20110814/110812235452-0349f0fc257ac832bdb74c0e66c58c87 (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.