Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 31, 2012 FBO #3841
SOLICITATION NOTICE

J -- Remanufacture VALVE ASSEMBLY; NSN 2915009268422RK; P/N107801B

Notice Date
5/29/2012
 
Notice Type
Presolicitation
 
NAICS
336413 — Other Aircraft Parts and Auxiliary Equipment Manufacturing
 
Contracting Office
DEPARTMENT OF THE AIR FORCE; BLDG 3001 SUITE 2AH81A; TINKER AFB;OK; 73145
 
ZIP Code
73145
 
Solicitation Number
FA8118-12-Q-0018
 
Response Due
5/29/2012
 
Point of Contact
Michelle Syth, Phone 405-739-9444, Fax 000-000-0000, Emailmichelle.syth@tinker.af.mil - David L Zawisza, Phone 405-739-5457, Fax000-000-0000, Email david.zawisza@tinker.af.mil
 
E-Mail Address
Michelle Syth
(michelle.syth@tinker.af.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
The Government intends to issue a solicitation on or about 14 June 12 with an estimated award date of on or about 16 Aug 12. This notice does not in itself represent the issuance of a formal request for proposal and is not intended to be taken as such. Prospective vendors must comply with all the requirements of the solicitation and any attachments thereto to be considered responsive. The Government does not intend to hold discussions but may hold discussions if it is deemed necessary. Electronic procedures will be used for this solicitation. Based upon market research, the Government is not using policies contained in Part 12, Acquisition of Commercial Items, in its solicitation for the described supplies or services. However, interested parties 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. 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. IAW FAR 5.207(c)(12)(i) - Buy American Act/Free Trade Agreements/Israeli Trade Act: One or more of the items under this acquisition is subject to Free Trade Agreements. IAW FAR 5.207(c)(12)(iii) - Buy American Act/Construction Materials under Trade Agreements: One or more of the items under this acquisition is subject to the World Trade Organization Government Procurement Agreement and Free Trade Agreements. The requirements set forth in this notice are defined per Purchase Request FD20301200298 as follows: 1. A Firm Fixed Priced, Three-year requirements type contract consisting of a base year and two one-year options is contemplated. 2. 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 previously 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. 3. IAW FAR 5.207(c)(15)(i), All responsible sources may submit a bid, proposal, or quotation which will be considered by the agency. 4. If unit price exceeds $5,000.00 then UID requirements will apply 5. The contractor shall provide all labor, facilities, equipment, and material to accomplish remanufacture. 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 all 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). The Government is not responsible for untimely or misdirected requests. 6. List of applicable CLIN's **Numbering of CLINS is not specific but for informational purposes only** Item: 0001 NSN: 2915009268422RK; VALVE ASSEMBLY,FUEL P/N: 107801B Description: Permits fuel shutoff in either direction and provides thermal relief in either direction for fuel which may be trapped when in the closed position. Supp. Description: Aluminum Alloy Applicable to: C-5 Destn: TBD Delivery: 2.00 EA due 30 Calendar Days ARO funded order and assets Item: 0001AA Best Estimated Qty: 6.0000 EA Item: 0001AB Best Estimated Qty: 6.0000 EA Item: 0001AC Best Estimated Qty: 6.0000 EA Item: 0002 Over and Above Item: 0003 Data
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/OCALCCC/FA8118-12-Q-0018/listing.html)
 
Record
SN02760071-W 20120531/120529235028-aaeca21360b9bb2ca0917a320a62b6df (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.