SOLICITATION NOTICE
29 -- DIGITAL ELECTRONIC ENGINE CONTROL (DEEC) UNIT
- Notice Date
- 4/16/2012
- 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-0305
- Response Due
- 5/30/2012
- Point of Contact
- Alan Welch, Phone 405-734-8126, Fax 405-734-8106, Emailalan.welch@tinker.af.mil
- E-Mail Address
-
Alan Welch
(alan.welch@tinker.af.mil)
- Small Business Set-Aside
- N/A
- Description
- PR Number(s): FD20301270678Item: 0001NSN: 2995015203563NZ DIGITAL ELECTRONIC ENGINE CONTROL (DEEC) UNITP/N: 1002300H03D04, P/N: 4089285D02, Description: Aluminum. The DEEC consists of a control cover and acontrol housing, that contain pressure transducers, input/output (I/O)connectors, and printed circuit board assemblies. Circuit boardassemblies are interconnected by flexible cables and connectors. Acenter connector provides a signal cross link between circuit boardassemblies housed within the control cover and control housing. I/Oconnectors provide electrical connection between and DEEC and enginesensors, interfaces and actuators. Unit cooling is provided by enginefuel via cooling passages in the control cover and control housing, withadditional outer wall heat dissipation provided by nacelle air.Control Cover: Control cover is an aluminum casting, which includes afuel outlet port connected to internal 1/4-inch diameter cooling cores,brackets for vibration isolators, a handle to simplify transport andcutouts for five I/O connectors. Control cover houses the AircraftInterface Module and Engine Interface Module.Control Housing: Control housing is an aluminum casting, which includesa fuel inlet port connected to internal 1/4 inch diameter cooling cores,brackets for vibration isolators, cutouts for three pressure transducersand an I/O connectors. Control housing contains two printed circuitboard assemblies: Converter Module, and processor and memory boardassemblies.Quantity: 30.0000 EA Destn: FMS COUNTRIES. Duration of Contract Period: (see contract line item) Electronic procedure will be used for this solicitation. To: HAMILTON SUNDSTRAND CORPORATION, WINDSOR LOCKS, CT.,06096-1000. IAW FAR 5.207(c)(12)(ii) - Trade Agreements - One or more of the itemsunder this acquisition is subject to the World Trade OrganizationGovernment Procurement Agreement and Free Trade Agreement. IAW FAR 5.207(c)(15)(ii), All responsible sources may submit acapability statement, proposal, or quotation, which shall be consideredby the agency IAW IG5305.207(c)(91)(3) Note D: This acquisition will be processed inaccordance with AFMC FAR Sup 5352.217-9006 (Award of Mission EssentialQuantity): If a proven source is not the low offeror, the basicquantity may be split into a First Article quantity, for award to thelow unproven offeror, and a Minimum Essential Quantity, for award to theproven source, with the balance of the requirement established asoptions in both contracts. Authority 10 U.S.C. 2304(c)(1), "Supplies(or services) required are available from only one or a limited numberof responsible source(s) and no other type of supplies or services willsatisfy agency requirements" may apply. <History: Date of Last Award: 31 Aug 09_Qty: 316 each_Source: Hamilton Sundstrand><Office Address: Defense Logistics Agency; 3001 Staff Drive; Tinker AFB,OK; 73145> < Regulatory Statement(s): The proposed contract action is for suppliesfor which the Government intends to solicit and negotiate with only oneor a limited number of sources under the authority of FAR 6.302 (a)(2).Interested persons may identify their interest and capability to respondto the requirement or submit proposals.> < Based upon market research, the Government is not using policiescontained in FAR Part 12, Acquisition of Commercial Items, it itssolicitation for the described supplies or services. However,interested parties may identify to the contracting officer theirinterest and capability to satisfy the Government's requirement with acommercial item within 15 days of this notice.> <Request for Written Offers will be issued. Only written or faxedrequests received directly from the requestors are acceptable. Theanticipated award date will be 60 days after the issuance of thisnotice.>
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/OCALCCC/SPRTA1-12-R-0305/listing.html)
- Record
- SN02723097-W 20120418/120416235036-b4d4d26365ca5c384ed56c331eeee740 (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 |