SOLICITATION NOTICE
29 -- HOUSING ASSEMBLY
- Notice Date
- 6/27/2012
- Notice Type
- Presolicitation
- NAICS
- 336413
— Other Aircraft Parts and Auxiliary Equipment 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-0422
- Response Due
- 6/27/2012
- Point of Contact
- Lyndsey Shirazi, Phone 405-734-8105, Fax - -, Emaillyndsey.shirazi@tinker.af.mil
- E-Mail Address
-
Lyndsey Shirazi
(lyndsey.shirazi@tinker.af.mil)
- Small Business Set-Aside
- N/A
- Description
- New Manufactured Material: A firm fixed price type contract is contemplated. The items, estimated quantities and required deliveries are as follows: CLIN 0001 (MYC): NSN: 2915-01-198-7349, P/N: 4034-286; NOUN: Housing Assembly APPLICATION: F-108 engine, QTY: 16; DELIVERY: complete delivery by 19 Oct. 2012. IDIQ Contract with a 3 Year Ordering Period, BEQ is 24 for the total 3 year requirement, Minimum Order Quantity is 8 each and Maximum Order Quantity is 16 each, with a Total Contract Maximum of 36 each. CLIN 0002 (Range): NSN: 2915-01-198-7349, P/N: 4034-286; NOUN: Housing Assembly APPLICATION: F-108 engine, Range QTY: 4-24; DELIVERY: complete delivery by 19 Oct. 2012. CLIN 0003 (New Unused Government Surplus): NSN: 2915-01-198-7349, P/N: 4034-286; NOUN: Housing Assembly APPLICATION: F-108 engine, QTY: 16; DELIVERY: complete delivery by 19 Oct. 2012. CLIN 0004 (New Unused Commercial Surplus): NSN: 2915-01-198-7349, P/N: 4034-286; NOUN: Housing Assembly APPLICATION: F-108 engine, QTY: 16; DELIVERY: complete delivery by 19 Oct. 2012. Commercial item. No telephone requests. Only written or faxed requests received directly from the requestors are acceptable. Fax Number is (405)734-8106, ATTN: Lyndsey Shirazi Qualification Requirements: Due to the complexity and criticality of this part, only manufacturers that have successfully completed all testing required by the original company responsible for the design, or manufacturers that have successfully completed all testing on items determined by the Government to be similar in complexity and criticality, can be considered approved sources for this item. Current qualified sources are: Woodward, Inc., Cage Code: 66503...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 in which the Government intends to solicit and negotiate with only one, or a limited number of sources. Interested persons may identify their interest and capability to respond to the requirement or submit proposals. All proposals received within 45 days 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. 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 clause 52.209-1. The solicitation identifies the office where additional information can be obtained concerning qualification requirements as cited in each individual solicitation. 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. Specifications, plans, or drawings relating to the procurement described are incomplete or not available and cannot be furnished by the Government. Based on market research, the Government is using the policies contained in Part 12, Acquisition of Commercial Items, in its solicitation for the described supplies or services. 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. Interested parties are invited to call the Ombudsman at (405) 734-8241, facsimile (405) 734-8129. DO NOT CALL THIS NUMBER FOR SOLICITATION REQUESTS. Electronic procedure will be used for this solicitation.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/OCALCCC/SPRTA1-12-R-0422/listing.html)
- Record
- SN02788384-W 20120629/120628000157-e763e90671a5df2c3a9c7c253ecd35ce (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 |