MODIFICATION
J -- REMANUFACTURE/OVERHAUL ACTUATOR, 1680011692263RK, R15040-1
- Notice Date
- 6/21/2012
- Notice Type
- Modification/Amendment
- 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-R-0039
- Response Due
- 6/21/2012 4:00:00 PM
- Archive Date
- 10/1/2012
- Point of Contact
- Michelle Syth, Phone: 4057399444, Tiffany L Bentley, Phone: (405) 739-4468
- E-Mail Address
-
michelle.syth@tinker.af.mil, tiffany.bentley@tinker.af.mil
(michelle.syth@tinker.af.mil, tiffany.bentley@tinker.af.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- All questions regarding this notice are to be submitted in writing via E-mail or Fax. All questions submitted to this office are subject to be posted in this notice along with the appropriate response(s).Vendor identities will not be disclosed. The Government intends to issue a solicitation on or about 17 MAY 12 with an estimated award date of on or about 13 SEP 12. This notice doesnot in itself represent the issuance of a formal request for proposaland is not intended to be taken as such. Prospective vendors must comply with all the requirements of thesolicitation and any attachments thereto to be considered responsive.The Government does not intend to hold discussions but may holddiscussions if it is deemed necessary. Electronic procedures will be used for this solicitation. Based upon market research, the Government is not using policiescontained 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 andcapability 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 concernsfrom offerors or potential offerors during the proposal developmentphase of this acquisition.) The purpose of the Ombudsman is not todiminish the authority of the program director or contracting officer,but to communicate contractor concerns, issues, disagreements, andrecommendations to the appropriate government personnel. When requested,the Ombudsman will maintain strict confidentiality as to source of theconcern. The Ombudsman does not participate in the evaluation ofproposals or in the source selection process. Interested parties areinvited to call the Ombudsman at 405-736-3273. DO NOT CALL THISNUMBERFOR SOLICITATION REQUESTS. The requirements set forth in this notice are defined per PurchaseRequest FD20301236048 as follows: 1. A Firm Fixed Priced, five-year requirements type contract consisting of a base year and four one-year options is contemplated. 2. Prequalification of sources is essential to maintain high qualityand 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 thisacquisition must submit a Source Approval Request (SAR) package to theSource Development, Small Business Office @ 405-739-7243. As prescribedin FAR 9.202(e). The contracting officer need not delay a proposed awardin order to provide a potential offeror with an opportunity to demonstrate its ability to meet the standards specified forqualification. 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, andmaterial to accomplish remanufacture of the B-52 Electromechanical Actuator. The work encompasses the disassembly, cleaning, inspection,maintenance, re-assembly, testing, and finishing actions required toreturn 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. DoDcontractors only. Requests for this document shall be referred to the point of contact listed below. Contractor must submit a copy of theircurrent, up-to-date, approved DD Form 2345 (Military Critical TechnicalData Agreement). The Government is not responsible for untimely ormisdirected requests. 6. List of applicable CLIN's **Numbering of CLINS is not specific but for informational purposesonly** Item: 0001 NSN: 1680011692263RK P/N: R15040-1 NOUN: ELETRO-MECHANICAL ACTUATOR Applicable to: B-1B Item: 0001AA, Basic Year NSN: 1680011692263RK Best Estimated Qty: 20EA Item: 0001AB, Option I NSN: 1680011692263RK Best Estimated Qty: 20EA Item: 0001AC, Option II NSN: 1680011692263RK Best Estimated Qty: 20EA Item: 0001AD, Option III NSN: 1680011692263RK Best Estimated Qty: 20EA Item: 0001AE, Option IV NSN: 1680011692263RK Best Estimated Qty: 20EA Item: 0002, Over and Above - To be negotiated Item:0003, Data - Not separately priced 7. Required Delivery (referencing 6 above), a. CLIN 0001: 3ea due within 60 calendar days, followed by 2ea every 30calendar days b. CLIN 0002: As negotiated c. CLIN 0003: Based on delivery of CLIN 0001 assets All questions regarding this notice are to be submitted in writing via E-mail or Fax. All questions submitted to this office are subject to be posted in this notice along with the appropriate response(s). Vendor identities will not be disclosed. QUESTION AND ANSWER: Q: Is there a Stock List Price (SLP)? A: The Stock List Price (SLP) is an internal figure to the Government. In an effort to ensure that vendors are providing offers which are based more on the actual work than on a percentage of the SLP, we no longer provide the SLP. Additionally, the SLP is subject to change at any time without notice. Often, for the SLP to come into the picture, it means that an item requires a substantial amount of work and is near or at the point of being out of scope of the contract. At this point, an over and above request should be submitted and then a determination will be made as to whether the contractor should proceed with the work or to determine the item to be Beyond Economical Repair (BER).
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/OCALCCC/FA8118-12-R-0039/listing.html)
- Record
- SN02782190-W 20120623/120621235126-93cf7d43b995f8dc345c538f0f884aaa (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 |