Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 07, 2012 FBO #3848
SOLICITATION NOTICE

31 -- BEARING,ROLLER,CYLI

Notice Date
6/5/2012
 
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-0394
 
Response Due
7/20/2012
 
Point of Contact
Kathy Travis, Phone 405-734-8127, Fax - -, Emailkathy.j.travis@tinker.af.mil
 
E-Mail Address
Kathy Travis
(kathy.j.travis@tinker.af.mil)
 
Small Business Set-Aside
N/A
 
Description
Synopsis FD2030-12-71052 - ROLLER BEARING APPLICABLE TO THE F100 ENGINE - AMC CODE 1C COMPETITIVE WITH MULTIPLE APPROVED SOURCES ; 1. Estimated solicitation issue date 20 Jun 2012 ; Estimated solicitation response date 20 Jul 2012 ; 2. RFP #: SPRTA1-12-R-0394 ; 3. PR#: FD2030-12-71052 ; 4. Nomenclature/Noun: BEARING, ROLLER, CYLI ; 5. NSN: 3110-00-416-9422NZ ; 6. PN: 4035597; Optional Part Numbers for this bearing are: 4018466, 4018467, 4060870, 4061549, 4082584 ; 7. Application (Engine or Aircraft): F-100 Engine ; 8. AMC: 1C ; 9. History: 15 Jul 2011, SPRTA1-09-G-0001-0255 for a quantity of 53 each, Pratt & Whitney, Cage 52661 ; 10. Description/Function: Located internally in the #1 bearing support assembly. The bearing provides rotation along with several other bearings within the engine. ; 11. Dimensions: 5.5000" (L) x 1.5000" (W) x 1.5000" (H) and weighs 2.0000 (LBs) ; 12. Material: AMS 6414 / PWA 725 13. Qualified Sources: Industrial Tectonics Bearings Corporation, Cage 06144 ; Timken Aerospace, Inc. Cage 21335 ; MPB Corporation dba Timken Aerospace, Cage 78118 ; FAG Aerospace, Inc. Cage 36069 ; United Technologies dba Pratt & Whitney Cage Code 52661 ; SKF USA, Inc. Cage 38443 ; 14. Qualification Requirements: Are applicable - This part requires engineering source approval by the design control activity in order to maintain the quality of the part. Existing unique design capability, engineering skills, and manufacturing knowledge by the qualified source(s) require acquisition of the part from the approved source(s). An alternate source must be qualified in accordance with the design control activity's procedures, as approved by the cognizant government engineering activity ; 15. First Article: Applicable ; Note: First article testing is waived if the offeror is the OEM, Pratt & Whitney, Cage 52661 ; 16. Export Control: Applicable ; 17. Award Type: Firm Fixed-Price Fixed-Quantity FFP/FQ ; 18. Total Line Item(s) Quantity: L/I 0001 - 98 each with MIN 25 and MAX 150, L/I 0002 - 2 each First Article units to be considered part of the production quantity, L/I 0003 - 1 each First Article to be expended in Contractor Testing. Additional L/I will include Test Plan and Test Report Data requirements. 19. Required Delivery: 98 each monthly beginning 02 Jun 2014 - Destination: SW3211 ; 20. Mandatory Language: In accordance with FAR 6.302-1, all responsible sources may submit a bid, proposal, or quotation which shall be considered by the agency. This acquisition involves technology that has a military or space application. The extent of foreign participations has not yet been determined. Nothing in this notice contradicts other restrictions identified in the synopsis notice or solicitation regarding eligible sources (e.g., if this is a small business set aside, foreign sources may not participate as potential prime contractor but could, if otherwise eligible, participate as subcontractors). Based upon market research the Government is not using the policies contained in FAR 12, Acquisition of Commercial Items in its solicitation for the described supplies or services. However, interested persons may identify to the contracting officer their interest and capability to satisfy the Governments requirement with a commercial item within 15 days of this notice. Government's obligation under this contract is contingent upon the availability of appropriated funds from which payment for contract purposes can be made. No legal liability on the part of the Government for any payment may arise until funds are made available to the Contracting Officer for this contract and until the Contractor receives notice of such availability to be confirmed in writing by the Contracting Officer. Electronic procedures will be used for this solicitation. Hard copies of the solicitation will not be sent from this office. The solicitation will be available for download only at www.fbo.gov. Authority: 10 U.S.C. 2304(c)(1), Justification: Supplies or Services required are available from only one or a limited number of responsible source(s) and no other type of supplies or services will satisfy agency requirements. The proposed contract action is for supplies and services for which the Government intends to solicit and negotiate with only one or a limited number of sources under the authority of FAR 6.302. This notice of intent is not a request for competition. However, all proposals received within 45 days (30 days if award is issued under an existing basic ordering agreement) after date of publication of this synopsis will be considered by the Government. A determination by the Government not to compete this proposed contract based upon responses to this notice is solely within the discretion of the Government. Information received will normally be considered solely for the purpose of determining whether to conduct a competitive procurement. It is suggested that small business firms or others interested in subcontracting opportunities in connection with the described procurement make contact with the firm(s) listed. Note: While price will be a significant factor in the evaluation of offers, the final contract award may be based on a combination of price, technical capability, and past performances detailed in the solicitation. Award will be made only if the offeror, the product/service, or the manufacturer meets qualification requirements at the time of award in accordance with FAR 52.209-1. AWARD WILL NOT BE WITHHELD AWAITING QUALFICATION. For qualification information/source approval request contact Thomas Barron, DLA-Aviation/AOB at extension (405) 739-9632. Written procedure will be used for this solicitation. No telephone requests. Only written or faxed requests received directly from the requestors are acceptable. Note: 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. The Competition Advocate (CA) at each contracting activity/office (as defined in DLAD 2.101) shall act as the ombudsman and attempt to resolve contractor complaints. DLA AVIATION - AOB's CA/ombudsman can be reached at (405) 734-8241, facsimile (405) 734-8129. Complaints which cannot be so resolved shall be forwarded to the HQ through J-72 for resolution by the DLA competition advocate. Each activity is responsible for developing procedures for executing the duties and responsibilities of its local. ; 21. UID: If unit price exceeds $5,000.00 then UID requirements will apply. 22. Small Business Set-Aside. Not applicable 23. Point of contact: DLA-Aviation/AOAC, Kathy Travis @ Kathy.j.travis@tinker.af.mil PR Number(s): FD20301271052 Item: 0001 NSN: 3110004169422NZ BEARING,ROLLER,CYLI P/N: 4018467, P/N: 4060870, P/N: 4082584, P/N: 4018466, P/N: 4035597, P/N: 4061549, Description: Item supports rotation of the 1st, 2nd, & 3rd stage fan disks on the inlet fan module. Dimensions: Overal width 1.5000 inches Nominal, Bore Diameter 100.0 Millimeters Nominal, Outside Diameter 5.8781 inches Nominal. Predominant Material of manufature: Steel Quantity: 98.0000 EA Destn: SW3211,TINKER AFB,OK,73145-8000. Delivery: 02 JUN 2014 On or Before, 98.00 EA PR Number(s): FD20301271052 Item: 0002 NSN: 3110004169422NZ BEARING,ROLLER,CYLI P/N: 4018467, P/N: 4060870, P/N: 4082584, P/N: 4018466, P/N: 4035597, P/N: 4061549, Description: Item supports rotation of the 1st, 2nd, & 3rd stage fan disks on the inlet fan module. Dimensions: Overal width 1.5000 inches Nominal, Bore Diameter 100.0 Millimeters Nominal, Outside Diameter 5.8781 inches Nominal. Predominant Material of manufature: Steel Quantity: 2.0000 EA Destn: FA8111,TINKER AFB,OK,73145-3041. Delivery: 02 DEC 2013 Specified Date, 2.00 EA PR Number(s): FD20301271052 Item: 0003 NSN: 3110004169422NZ BEARING,ROLLER,CYLI P/N: 4018467, P/N: 4060870, P/N: 4082584, P/N: 4018466, P/N: 4035597, P/N: 4061549, Description: Item supports rotation of the 1st, 2nd, & 3rd stage fan disks on the inlet fan module. Dimensions: Overal width 1.5000 inches Nominal, Bore Diameter 100.0 Millimeters Nominal, Outside Diameter 5.8781 inches Nominal. Predominant Material of manufature: Steel Quantity: 1.0000 EA Destn: FA8111,TINKER AFB,OK,73145-3041. Delivery: 02 DEC 2013 Specified Date, 1.00 EA PR Number(s): FD20301271052 Item: 0004 Description: Quantity: 1.0000 LO Destn: FA8111,TINKER AFB,OK,73145-3041. Delivery: TBC To be cited on individual orders issued hereunder, 1.00 PR Number(s): FD20301271052 Item: 0005 Description: Quantity: 1.0000 LO Destn: FA8111,TINKER AFB,OK,73145-3041. Delivery: TBC To be cited on individual orders issued hereunder, 1.00 Plus 0001 additional items Duration of Contract Period: one time buy Electronic procedure will be used for this solicitation. To: INDUSTRIAL TECTONICS BEARINGS CORPO, COMPTON, CA.,90221-5519. To: TIMKEN AEROSPACE, INC, LEBANON, NH.,03766-2614. To: FAG AEROSPACE INC, STRATFORD, ON., -. To: SKF USA INC, FALCONER, NY.,14733-9705. To: UNITED TECHNOLOGIES CORPORATION, EAST HARTFORD, CT.,06108-0968. To: UNITED TECHNOLOGIES CORPORATION, EAST HARTFORD, CT.,06108-0968. IAW FAR 5.207(c)(15)(ii), All responsible sources may submit a capability statement, proposal, or quotation, which shall be considered by the agency
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/OCALCCC/SPRTA1-12-R-0394/listing.html)
 
Record
SN02766909-W 20120607/120605235738-db8ac3d4aa0b74b9d9eb8f0ea8dc9952 (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.