Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 31, 2012 FBO #3780
SOLICITATION NOTICE

28 -- NOZZLE SEGMENT,TURB

Notice Date
3/29/2012
 
Notice Type
Presolicitation
 
NAICS
336412 — Aircraft Engine and Engine Parts Manufacturing
 
Contracting Office
DLA AVIATION AT OKLAHOMA CITY, OK; DLR PROCUREMENT OPERATIONS(AO);3001 STAFF DRIVE; TINKER AFB; OK; 73145
 
ZIP Code
73145
 
Solicitation Number
SPRTA1-12-R-0283
 
Response Due
5/14/2012
 
Point of Contact
Tina Vinson, Phone 405-734-8128, Emailtina.vinson@tinker.af.mil
 
E-Mail Address
Tina Vinson
(tina.vinson@tinker.af.mil)
 
Small Business Set-Aside
N/A
 
Description
1. Noun: Nozzle Segment, Turbine 2. NSN: 2840-01-290-3233 NZ3. P/N(s): 4059480 4. Applicable to: F-100 5. RFP: SPRTA1-12-R-02836. Estimated Issue Date: 13 APRIL 2012 - Estimated Response Date: 14 MAY2012 7. PR: FD2030-10-71885 & FD2030-12-70453 8. AMC: 1C 9.Critical Safety Item: YES 10. Export Control Requirement: YES 11.Qualification Requirements: YES 12. First Article (ContractorTesting): YES 13. The Items, Estimated Quantities and Required Deliveries are asFollows: L/I 0001: INFORMATIONAL L/I. Noun: Nozzle Segment, Turbine. Function:Nozzle segment is designed to deliver differing performances to offsetthe changing augmentation conditions. Dimensions: Length 25" x Width8.5" x 0.75", and Weight 5.5 LB. Material: Titanium. L/I 0001AA: FIRST ARTICLE TEST PLAN - BID A. Quantity: 1 LO.Destination: FA8111. Delivery: 30 Calendar Days ARO Contract. L/I 0001AB: FIRST ARTICLE TEST/INSPECTION REPORT - BID A. Quantity: 1LO. Destination: FA8111. Delivery: 120 Calendar Days ARO Contract. L/I 0001AC: FIRST ARTICLE (DESTRUCTIVE EXHIBIT) - BID A. Quantity: 1EA. Destination: PLANT. Delivery: 120 Calendar Days ARO Contract. L/I 0001AD: FIRST ARTICLE (NON-DESTRUCTIVE EXHIBITS) - BID A. Quantity:2 EA. Destination: FY2303. Delivery: 120 Calendar Days ARO Contract. L/I 0001AE: FIRST ARTICLE (PRODUCTION QUANTITY) - BID A. Quantity: 28EA. Destination: FMS. Delivery: 28 FEBRUARY 2014. L/I 0001AF: NEW MANUFACTURED MATERIAL (FIRST ARTICLE WAIVER) - BID B.Quantity: 30 EA. Destination: FMS. Delivery: 28 FEBRUARY 2014. L/I 0002: NEW MANUFACTURED MATERIAL. Noun: Nozzle Segment, Turbine.Function: Nozzle segment is designed to deliver differing performancesto offset the changing augmentation conditions. Dimensions: Length 25"x Width 8.5" x 0.75", and Weight 5.5 LB. Material: Titanium. Quantity:77 EA. Destination: FMS. Delivery: 27 FEBRUARY 2015. L/I 0003: NEW MANUFACTURED MATERIAL. Noun: Nozzle Segment, Turbine.Function: Nozzle segment is designed to deliver differing performancesto offset the changing augmentation conditions. Dimensions: Length 25"x Width 8.5" x 0.75", and Weight 5.5 LB. Material: Titanium. Quantity:150 EA. Destination: FMS. Delivery: 27 FEBRUARY 2015. L/I 0004: NEW MANUFACTURED MATERIAL. Noun: Nozzle Segment, Turbine.Function: Nozzle segment is designed to deliver differing performancesto offset the changing augmentation conditions. Dimensions: Length 25"x Width 8.5" x 0.75", and Weight 5.5 LB. Material: Titanium. Quantity:200 EA. Destination: FMS. Delivery: 27 FEBRUARY 2015. NOTE: L/Is 0002, 0003 and 0004 are REQUIRED for both BID A and BID B. 14. Mandatory Language: The proposed contract action is for supplies in which the Governmentintends to solicit and negotiate with only one source, or a limitednumber of sources under the authority of FAR 6.302. This is a full andopen requirement. All proposals received within 45 days (30 days ifaward is issued under an existing basic ordering agreement) after dateof publication of this synopsis will be considered by the Government. Adetermination by the Government not to compete this proposed contractbased upon responses to this notice is solely within the discretion ofthe Government. Information received will normally be considered solelyfor the purpose of determining whether to conduct a competitiveprocurement. In accordance with FAR 5.207(c)(16)(i), all responsiblesources may submit a capability statement, proposal or quotation, whichshall be considered by the agency. Based on market research, the Government is not using the policiescontained in FAR Part 12, Acquisition of Commercial Items, in itssolicitation for the described supplies or services. However,interested persons may identify to the contracting officer theirinterest and capability to satisfy the Government's requirement with acommercial item within 15 days of this notice. The Contractor is required to be "Export Controlled" certified toreceive and view the drawings for this solicitation. To becomecertified, register at the website www.dlis.dla.mil/jcp (for guidance,go to FAQ). Foreign owned firms are advised to contact Tina Vinson at(405) 734-8128 or email tina.vinson@tinker.af.mil before submitting aproposal to determine whether there are restrictions on receiving anaward. Award will be made only if the offeror, the product/service, or themanufacturer meets Qualification Requirements at the time of award inaccordance with FAR clause 52.209-1. The solicitation identifies theoffice where additional information can be obtained concerningqualification requirements as cited in each individual solicitation.AWARD WILL NOT BE WITHHELD AWAITING QUALIFICATION. First Article testing is required to ensure the reliability andintegrity of the item and operational safety of the weapon system thatuses it. Offerors can apply for waiver of First Article approval underthe following condition(s): Offerors who have previously furnishedproduction quantities of the same or similar article to the primecontractor for delivery to the Government; offerors currently inproduction of the same or similar article for a Government contract andwho have received First Article approval under the existing contract;offerors who have previously furnished production quantities of the sameor similar articles to the Government, provided articles thus furnished,have exhibited satisfactory performance in service in the opinion of theGovernment; provided not more than 36 months have elapsed sincecompletion of the contract. Note: Determination of acceptability of 'orsimilar' items may only be made by the engineering office initiatingthis First Article requirement. The solicitation will be available for download on the release date fromwww.fbo.gov. No telephone requests. Hardcopies of the solicitationwill not be sent from this office. Questions concerning this synopsisor subsequent solicitation can be directed to Tina Vinson at (405)734-8128 or email tina.vinson@tinker.af.mil. Note: An Ombudsman hasbeen appointed to hear concerns from offers or potential offerors duringthe proposal development phase of this acquisition. The purpose of theOmbudsman is not to diminish the authority of the program director orcontracting officer, but to communicate contractor concerns, issues,disagreements, and recommendations to the appropriate governmentpersonnel. When requested, the Ombudsman will maintain strictconfidentiality as to source of the concern. The Ombudsman does notparticipate in the evaluation of proposals or in the source selectionprocess. Interested parties are invited to contact the Ombudsman at(405) 734-8241, facsimile (405) 734-8129. DO NOT CALL THIS NUMBER FORSOLICITATION REQUESTS.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/OCALCCC/SPRTA1-12-R-0283/listing.html)
 
Record
SN02708841-W 20120331/120329235128-7c63dae39e68f677eacb81f59fd21470 (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.