Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF OCTOBER 31, 2012 FBO #3994
SOLICITATION NOTICE

28 -- LINER,AUGMENTOR COM

Notice Date
10/29/2012
 
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
SPRTA1-13-R-0030
 
Response Due
10/29/2012
 
Archive Date
1/27/2013
 
Point of Contact
Jennifer Pham, Phone 405-734-8115, Fax 405-734-8129, Email jennifer.pham@tinker.af.mil - Louis Colon, Phone 405-734-8116, Fax 405-734-8129, Email louis.colon@tinker.af.mil
 
E-Mail Address
Jennifer Pham
(jennifer.pham@tinker.af.mil)
 
Small Business Set-Aside
N/A
 
Description
1. Estimated issue date and estimated closing/response date: Issue: 29 October 2012 Closes: 13 December 2012 2. RFQ # SPRTA1-13-R-0030 3. Service/Spare/Repair/OH: Spares 4. AMC:1C 5. Nomenclature/Noun: LINER, AUGMENTOR COM 6. NSN: 2840-01-455-9138 NZ 7. PN: 4084791 8. History: Award date: 20 October 2011, Qty: 1534 each, Source: DYNAMIC GUNVER TECHNOLOGIES, LLC. 9. Description/Function: Form, Fit, Function: 15.00" L; 4.5" W; 0.050" H; 2.3LBS WT; Material: Columbium Alloy; Function: liner is pwerforated is admit cooling air into combustion space and provide a boundary layer of air, which protects the liner and duct from heat. 10. Total Line Item Quantity: 0001AA-1 LO; 0001AB-1LO; 0001AC-1EA; 0001AD-2 EA; 0001AE-478EA; 0001AF-480 EA 11. Application (Engine or Aircraft): F100 Engine 12. Destination: FMS countries 13. Required Delivery: 480 EA On or Before 31 July 2013. 14. Qualification Requirements exist. Due to the complexity and criticality of this part, only actual manufactures 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 and can be considered approved sources for this item. 15. Export Control Requirements Require. Foreign owned firms are advised to contact the contracting officer or program manager before submitting a proposal to determine whether there are restriction on receiving an award. 16. UID: Note to Contractor: If unit price exceeds $5,000, then UID requirements will apply. 17. Qualified Sources: ADCHEM (Cage Code: 0JWE8); UNISON ENGINE COMPONENTS (Cage Code: 1J4P3) and UNITED TECHNOLOGIES CORPORATION (Cage Code: 52661). 18. Set-aside: N/A 19. Mandatory Language: In accordance with FAR 5.207(c)(15)(ii), All responsible sources may submit a capability statement bid, proposal, or quotation which shall be considered by the agency. 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 the 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) 734-8253. DO NOT CALL THIS NUMBER FOR SOLICITATION REQUESTS. 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. Note: While price will be a significant factor in the evaluation of offers, the final contract award decision may be based upon a combination of price and past performance factors as 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 clause 52.209-1. AWARD WILL NOT BE WITHHELD AWAITING QUALIFICATION. This is a full and open requirement. 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. The solicitation identifies the office where additional information can be obtained concerning qualification requirements as cited in each individual solicitation. Based upon market research, the Government is not using the policies contained in Part 12, Acquisition of Commercial Items, in its solicitation for described supplies or services. However, interested persons 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. Request for written quotation will be issued. Only written or faxed request received directly from the requestors are acceptable. The anticipated award date will be 60 days after the issuance of this notice. 20. Buyer name, phone#, and email address Questions concerning this synopsis or subsequent solicitation can be directed to the buyer Jennifer Pham, 405-734-8114, Jennifer.pham@tinker.af.mil
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/OCALCCC/SPRTA1-13-R-0030/listing.html)
 
Record
SN02921023-W 20121031/121029233830-226b46f7588405ea6d36a7c7b61ee2b4 (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.