SOLICITATION NOTICE
48 -- SEQUENCING VALVE ASSEMBLIES
- Notice Date
- 6/12/2013
- Notice Type
- Presolicitation
- NAICS
- 336413
— Other Aircraft Parts and Auxiliary Equipment Manufacturing
- Contracting Office
- Department of the Air Force, Air Force Materiel Command, PK/PZ Tinker AFB, 3001 Staff Drive, Ste 1AG76A, Tinker AFB, Oklahoma, 73145-3015, United States
- ZIP Code
- 73145-3015
- Solicitation Number
- SPRTA1-13-R-0459
- Archive Date
- 6/12/2014
- Point of Contact
- Irene R. Mireles,
- E-Mail Address
-
irene.mireles@tinker.af.mil
(irene.mireles@tinker.af.mil)
- Small Business Set-Aside
- N/A
- Description
- Estimated issue date June 27, 2013 and estimated closing/response date July 29, 2013 PR#: FD2030-13-00059 RFP#: SPRTA1-12-R-0439 Nomenclature/Noun: Sequencing Valve Assemblies used on the B-2 Aircraft, NSN 4810-01-372-8297FW. AMC: 4P History: No previous History. L/I 0001 - The maximum quantity is 27. Mandatory Language: Note: Item Description: Length 8.8300 inches, Height 4.6700 inches, Width 3.5480 inches, Weight 5.8500 (LB). Item Function: Provides proper timing and sequencing of the EAID locking system. Material: Steel, Aluminum and Rubber. Currently Triumph Aerostructures, LLC (Cage 80378) and Northrop Grumman Technical Services, Inc. (Cage 0JRC1) are the only known source that can satisfy the Government requirements. It is suggested that small business firms or others interested in subcontracting opportunities in connection with the described procurement make contact with the firms(s) listed: Triumph Aerostructures, LLC (Cage 80378) and Northrop Grumman Technical Services, Inc. (Cage 0JRC1). The right to use the data needed to purchase this part competitively is not owned by the Government. Classified surface data sets called out on drawing DAB3122A025. 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 proposal or in the source selection process. Interested parties are invited to call the Ombudsman at (405) 734-8241. DO NOT CALL THIS NUMBER FOR SOLICITATION REQUESTS. Written procedure will be used for this solicitation. No telephone requests. Only written or faxed request received directly from the requestors are acceptable. All responsible sources solicited may submit a bid, proposal, or quotation, which shall be considered. Note: Faxed solicitation requests can be submitted to DLA Aviation, Tinker AFB OK 73145, and FAX NUMBER (405) 739-4237. Buyer name Irene Mireles, phone # (405) 739-9079, and email address Irene.Mireles@tinker.af.mil Notes: The purposed contract action is for supplies or services for which the Government intends to solicit limited source under the authority of FAR 6.302. Based upon market research, the Government is not using the policies contained in Part 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 Government's requirement with a commercial item within 15 days of this notice. The proposed contract is restricted to domestic sources under the authority of FAR 6.302. Accordingly, foreign sources are not eligible for award. Estimated issue date June 27, 2013 and estimated closing/response date July 29, 2013 PR#: FD2030-13-00059 RFP#: SPRTA1-12-R-0439 Nomenclature/Noun: Sequencing Valve Assemblies used on the B-2 Aircraft, NSN 4810-01-372-8297FW. AMC: 4P History: No previous History. L/I 0001 - The maximum quantity is 27. Mandatory Language: Note: Item Description: Length 8.8300 inches, Height 4.6700 inches, Width 3.5480 inches, Weight 5.8500 (LB). Item Function: Provides proper timing and sequencing of the EAID locking system. Material: Steel, Aluminum and Rubber. Currently Triumph Aerostructures, LLC (Cage 80378) and Northrop Grumman Technical Services, Inc. (Cage 0JRC1) are the only known source that can satisfy the Government requirements. It is suggested that small business firms or others interested in subcontracting opportunities in connection with the described procurement make contact with the firms(s) listed: Triumph Aerostructures, LLC (Cage 80378) and Northrop Grumman Technical Services, Inc. (Cage 0JRC1). The right to use the data needed to purchase this part competitively is not owned by the Government. Classified surface data sets called out on drawing DAB3122A025. 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 proposal or in the source selection process. Interested parties are invited to call the Ombudsman at (405) 734-8241. DO NOT CALL THIS NUMBER FOR SOLICITATION REQUESTS. Written procedure will be used for this solicitation. No telephone requests. Only written or faxed request received directly from the requestors are acceptable. All responsible sources solicited may submit a bid, proposal, or quotation, which shall be considered. Note: Faxed solicitation requests can be submitted to DLA Aviation, Tinker AFB OK 73145, and FAX NUMBER (405) 739-4237. Buyer name Irene Mireles, phone # (405) 739-9079, and email address Irene.Mireles@tinker.af.mil Notes: The purposed contract action is for supplies or services for which the Government intends to solicit limited source under the authority of FAR 6.302. Based upon market research, the Government is not using the policies contained in Part 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 Government's requirement with a commercial item within 15 days of this notice. The proposed contract is restricted to domestic sources under the authority of FAR 6.302. Accordingly, foreign sources are not eligible for award. Estimated issue date June 27, 2013 and estimated closing/response date July 29, 2013 PR#: FD2030-13-00059 RFP#: SPRTA1-12-R-0439 Nomenclature/Noun: Sequencing Valve Assemblies used on the B-2 Aircraft, NSN 4810-01-372-8297FW. AMC: 4P History: No previous History. L/I 0001 - The maximum quantity is 27. Mandatory Language: Note: Item Description: Length 8.8300 inches, Height 4.6700 inches, Width 3.5480 inches, Weight 5.8500 (LB). Item Function: Provides proper timing and sequencing of the EAID locking system. Material: Steel, Aluminum and Rubber. Currently Triumph Aerostructures, LLC (Cage 80378) and Northrop Grumman Technical Services, Inc. (Cage 0JRC1) are the only known source that can satisfy the Government requirements. It is suggested that small business firms or others interested in subcontracting opportunities in connection with the described procurement make contact with the firms(s) listed: Triumph Aerostructures, LLC (Cage 80378) and Northrop Grumman Technical Services, Inc. (Cage 0JRC1). The right to use the data needed to purchase this part competitively is not owned by the Government. Classified surface data sets called out on drawing DAB3122A025. 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 proposal or in the source selection process. Interested parties are invited to call the Ombudsman at (405) 734-8241. DO NOT CALL THIS NUMBER FOR SOLICITATION REQUESTS. Written procedure will be used for this solicitation. No telephone requests. Only written or faxed request received directly from the requestors are acceptable. All responsible sources solicited may submit a bid, proposal, or quotation, which shall be considered. Note: Faxed solicitation requests can be submitted to DLA Aviation, Tinker AFB OK 73145, and FAX NUMBER (405) 739-4237. Buyer name Irene Mireles, phone # (405) 739-9079, and email address Irene.Mireles@tinker.af.mil Notes: The purposed contract action is for supplies or services for which the Government intends to solicit limited source under the authority of FAR 6.302. Based upon market research, the Government is not using the policies contained in Part 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 Government's requirement with a commercial item within 15 days of this notice. The proposed contract is restricted to domestic sources under the authority of FAR 6.302. Accordingly, foreign sources are not eligible for award. Estimated issue date June 27, 2013 and estimated closing/response date July 29, 2013 PR#: FD2030-13-00059 RFP#: SPRTA1-12-R-0439 Nomenclature/Noun: Sequencing Valve Assemblies used on the B-2 Aircraft, NSN 4810-01-372-8297FW. AMC: 4P History: No previous History. L/I 0001 - The maximum quantity is 27. Mandatory Language: Note: Item Description: Length 8.8300 inches, Height 4.6700 inches, Width 3.5480 inches, Weight 5.8500 (LB). Item Function: Provides proper timing and sequencing of the EAID locking system. Material: Steel, Aluminum and Rubber. Currently Triumph Aerostructures, LLC (Cage 80378) and Northrop Grumman Technical Services, Inc. (Cage 0JRC1) are the only known source that can satisfy the Government requirements. It is suggested that small business firms or others interested in subcontracting opportunities in connection with the described procurement make contact with the firms(s) listed: Triumph Aerostructures, LLC (Cage 80378) and Northrop Grumman Technical Services, Inc. (Cage 0JRC1). The right to use the data needed to purchase this part competitively is not owned by the Government. Classified surface data sets called out on drawing DAB3122A025. 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 proposal or in the source selection process. Interested parties are invited to call the Ombudsman at (405) 734-8241. DO NOT CALL THIS NUMBER FOR SOLICITATION REQUESTS. Written procedure will be used for this solicitation. No telephone requests. Only written or faxed request received directly from the requestors are acceptable. All responsible sources solicited may submit a bid, proposal, or quotation, which shall be considered. Note: Faxed solicitation requests can be submitted to DLA Aviation, Tinker AFB OK 73145, and FAX NUMBER (405) 739-4237. Buyer name Irene Mireles, phone # (405) 739-9079, and email address Irene.Mireles@tinker.af.mil Notes: The purposed contract action is for supplies or services for which the Government intends to solicit limited source under the authority of FAR 6.302. Based upon market research, the Government is not using the policies contained in Part 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 Government's requirement with a commercial item within 15 days of this notice. The proposed contract is restricted to domestic sources under the authority of FAR 6.302. Accordingly, foreign sources are not eligible for award. Estimated issue date June 27, 2013 and estimated closing/response date July 29, 2013 PR#: FD2030-13-00059 RFP#: SPRTA1-12-R-0439 Nomenclature/Noun: Sequencing Valve Assemblies used on the B-2 Aircraft, NSN 4810-01-372-8297FW. AMC: 4P History: No previous History. L/I 0001 - The maximum quantity is 27. Mandatory Language: Note: Item Description: Length 8.8300 inches, Height 4.6700 inches, Width 3.5480 inches, Weight 5.8500 (LB). Item Function: Provides proper timing and sequencing of the EAID locking system. Material: Steel, Aluminum and Rubber. Currently Triumph Aerostructures, LLC (Cage 80378) and Northrop Grumman Technical Services, Inc. (Cage 0JRC1) are the only known source that can satisfy the Government requirements. It is suggested that small business firms or others interested in subcontracting opportunities in connection with the described procurement make contact with the firms(s) listed: Triumph Aerostructures, LLC (Cage 80378) and Northrop Grumman Technical Services, Inc. (Cage 0JRC1). The right to use the data needed to purchase this part competitively is not owned by the Government. Classified surface data sets called out on drawing DAB3122A025. 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 proposal or in the source selection process. Interested parties are invited to call the Ombudsman at (405) 734-8241. DO NOT CALL THIS NUMBER FOR SOLICITATION REQUESTS. Written procedure will be used for this solicitation. No telephone requests. Only written or faxed request received directly from the requestors are acceptable. All responsible sources solicited may submit a bid, proposal, or quotation, which shall be considered. Note: Faxed solicitation requests can be submitted to DLA Aviation, Tinker AFB OK 73145, and FAX NUMBER (405) 739-4237. Buyer name Irene Mireles, phone # (405) 739-9079, and email address Irene.Mireles@tinker.af.mil Notes: The purposed contract action is for supplies or services for which the Government intends to solicit limited source under the authority of FAR 6.302. Based upon market research, the Government is not using the policies contained in Part 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 Government's requirement with a commercial item within 15 days of this notice. The proposed contract is restricted to domestic sources under the authority of FAR 6.302. Accordingly, foreign sources are not eligible for award. Estimated issue date June 27, 2013 and estimated closing/response date July 29, 2013 PR#: FD2030-13-00059 RFP#: SPRTA1-12-R-0439 Nomenclature/Noun: Sequencing Valve Assemblies used on the B-2 Aircraft, NSN 4810-01-372-8297FW. AMC: 4P History: No previous History. L/I 0001 - The maximum quantity is 27. Mandatory Language: Note: Item Description: Length 8.8300 inches, Height 4.6700 inches, Width 3.5480 inches, Weight 5.8500 (LB). Item Function: Provides proper timing and sequencing of the EAID locking system. Material: Steel, Aluminum and Rubber. Currently Triumph Aerostructures, LLC (Cage 80378) and Northrop Grumman Technical Services, Inc. (Cage 0JRC1) are the only known source that can satisfy the Government requirements. It is suggested that small business firms or others interested in subcontracting opportunities in connection with the described procurement make contact with the firms(s) listed: Triumph Aerostructures, LLC (Cage 80378) and Northrop Grumman Technical Services, Inc. (Cage 0JRC1). The right to use the data needed to purchase this part competitively is not owned by the Government. Classified surface data sets called out on drawing DAB3122A025. 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 proposal or in the source selection process. Interested parties are invited to call the Ombudsman at (405) 734-8241. DO NOT CALL THIS NUMBER FOR SOLICITATION REQUESTS. Written procedure will be used for this solicitation. No telephone requests. Only written or faxed request received directly from the requestors are acceptable. All responsible sources solicited may submit a bid, proposal, or quotation, which shall be considered. Note: Faxed solicitation requests can be submitted to DLA Aviation, Tinker AFB OK 73145, and FAX NUMBER (405) 739-4237. Buyer name Irene Mireles, phone # (405) 739-9079, and email address Irene.Mireles@tinker.af.mil Notes: The purposed contract action is for supplies or services for which the Government intends to solicit limited source under the authority of FAR 6.302. Based upon market research, the Government is not using the policies contained in Part 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 Government's requirement with a commercial item within 15 days of this notice. The proposed contract is restricted to domestic sources under the authority of FAR 6.302. Accordingly, foreign sources are not eligible for award. Estimated issue date June 27, 2013 and estimated closing/response date July 29, 2013 PR#: FD2030-13-00059 RFP#: SPRTA1-12-R-0439 Nomenclature/Noun: Sequencing Valve Assemblies used on the B-2 Aircraft, NSN 4810-01-372-8297FW. AMC: 4P History: No previous History. L/I 0001 - The maximum quantity is 27. Mandatory Language: Note: Item Description: Length 8.8300 inches, Height 4.6700 inches, Width 3.5480 inches, Weight 5.8500 (LB). Item Function: Provides proper timing and sequencing of the EAID locking system. Material: Steel, Aluminum and Rubber. Currently Triumph Aerostructures, LLC (Cage 80378) and Northrop Grumman Technical Services, Inc. (Cage 0JRC1) are the only known source that can satisfy the Government requirements. It is suggested that small business firms or others interested in subcontracting opportunities in connection with the described procurement make contact with the firms(s) listed: Triumph Aerostructures, LLC (Cage 80378) and Northrop Grumman Technical Services, Inc. (Cage 0JRC1). The right to use the data needed to purchase this part competitively is not owned by the Government. Classified surface data sets called out on drawing DAB3122A025. 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 proposal or in the source selection process. Interested parties are invited to call the Ombudsman at (405) 734-8241. DO NOT CALL THIS NUMBER FOR SOLICITATION REQUESTS. Written procedure will be used for this solicitation. No telephone requests. Only written or faxed request received directly from the requestors are acceptable. All responsible sources solicited may submit a bid, proposal, or quotation, which shall be considered. Note: Faxed solicitation requests can be submitted to DLA Aviation, Tinker AFB OK 73145, and FAX NUMBER (405) 739-4237. Buyer name Irene Mireles, phone # (405) 739-9079, and email address Irene.Mireles@tinker.af.mil Notes: The purposed contract action is for supplies or services for which the Government intends to solicit limited source under the authority of FAR 6.302. Based upon market research, the Government is not using the policies contained in Part 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 Government's requirement with a commercial item within 15 days of this notice. The proposed contract is restricted to domestic sources under the authority of FAR 6.302. Accordingly, foreign sources are not eligible for award. Estimated issue date June 27, 2013 and estimated closing/response date July 29, 2013 PR#: FD2030-13-00059 RFP#: SPRTA1-12-R-0439 Nomenclature/Noun: Sequencing Valve Assemblies used on the B-2 Aircraft, NSN 4810-01-372-8297FW. AMC: 4P History: No previous History. L/I 0001 - The maximum quantity is 27. Mandatory Language: Note: Item Description: Length 8.8300 inches, Height 4.6700 inches, Width 3.5480 inches, Weight 5.8500 (LB). Item Function: Provides proper timing and sequencing of the EAID locking system. Material: Steel, Aluminum and Rubber. Currently Triumph Aerostructures, LLC (Cage 80378) and Northrop Grumman Technical Services, Inc. (Cage 0JRC1) are the only known source that can satisfy the Government requirements. It is suggested that small business firms or others interested in subcontracting opportunities in connection with the described procurement make contact with the firms(s) listed: Triumph Aerostructures, LLC (Cage 80378) and Northrop Grumman Technical Services, Inc. (Cage 0JRC1). The right to use the data needed to purchase this part competitively is not owned by the Government. Classified surface data sets called out on drawing DAB3122A025. 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 proposal or in the source selection process. Interested parties are invited to call the Ombudsman at (405) 734-8241. DO NOT CALL THIS NUMBER FOR SOLICITATION REQUESTS. Written procedure will be used for this solicitation. No telephone requests. Only written or faxed request received directly from the requestors are acceptable. All responsible sources solicited may submit a bid, proposal, or quotation, which shall be considered. Note: Faxed solicitation requests can be submitted to DLA Aviation, Tinker AFB OK 73145, and FAX NUMBER (405) 739-4237. Buyer name Irene Mireles, phone # (405) 739-9079, and email address Irene.Mireles@tinker.af.mil Notes: The purposed contract action is for supplies or services for which the Government intends to solicit limited source under the authority of FAR 6.302. Based upon market research, the Government is not using the policies contained in Part 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 Government's requirement with a commercial item within 15 days of this notice. The proposed contract is restricted to domestic sources under the authority of FAR 6.302. Accordingly, foreign sources are not eligible for award. Estimated issue date June 27, 2013 and estimated closing/response date July 29, 2013 PR#: FD2030-13-00059 RFP#: SPRTA1-12-R-0439 Nomenclature/Noun: Sequencing Valve Assemblies used on the B-2 Aircraft, NSN 4810-01-372-8297FW. AMC: 4P History: No previous History. L/I 0001 - The maximum quantity is 27. Mandatory Language: Note: Item Description: Length 8.8300 inches, Height 4.6700 inches, Width 3.5480 inches, Weight 5.8500 (LB). Item Function: Provides proper timing and sequencing of the EAID locking system. Material: Steel, Aluminum and Rubber. Currently Triumph Aerostructures, LLC (Cage 80378) and Northrop Grumman Technical Services, Inc. (Cage 0JRC1) are the only known source that can satisfy the Government requirements. It is suggested that small business firms or others interested in subcontracting opportunities in connection with the described procurement make contact with the firms(s) listed: Triumph Aerostructures, LLC (Cage 80378) and Northrop Grumman Technical Services, Inc. (Cage 0JRC1). The right to use the data needed to purchase this part competitively is not owned by the Government. Classified surface data sets called out on drawing DAB3122A025. 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 proposal or in the source selection process. Interested parties are invited to call the Ombudsman at (405) 734-8241. DO NOT CALL THIS NUMBER FOR SOLICITATION REQUESTS. Written procedure will be used for this solicitation. No telephone requests. Only written or faxed request received directly from the requestors are acceptable. All responsible sources solicited may submit a bid, proposal, or quotation, which shall be considered. Note: Faxed solicitation requests can be submitted to DLA Aviation, Tinker AFB OK 73145, and FAX NUMBER (405) 739-4237. Buyer name Irene Mireles, phone # (405) 739-9079, and email address Irene.Mireles@tinker.af.mil Notes: The purposed contract action is for supplies or services for which the Government intends to solicit limited source under the authority of FAR 6.302. Based upon market research, the Government is not using the policies contained in Part 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 Government's requirement with a commercial item within 15 days of this notice. The proposed contract is restricted to domestic sources under the authority of FAR 6.302. Accordingly, foreign sources are not eligible for award. Estimated issue date June 27, 2013 and estimated closing/response date July 29, 2013 PR#: FD2030-13-00059 RFP#: SPRTA1-12-R-0439 Nomenclature/Noun: Sequencing Valve Assemblies used on the B-2 Aircraft, NSN 4810-01-372-8297FW. AMC: 4P History: No previous History. L/I 0001 - The maximum quantity is 27. Mandatory Language: Note: Item Description: Length 8.8300 inches, Height 4.6700 inches, Width 3.5480 inches, Weight 5.8500 (LB). Item Function: Provides proper timing and sequencing of the EAID locking system. Material: Steel, Aluminum and Rubber. Currently Triumph Aerostructures, LLC (Cage 80378) and Northrop Grumman Technical Services, Inc. (Cage 0JRC1) are the only known source that can satisfy the Government requirements. It is suggested that small business firms or others interested in subcontracting opportunities in connection with the described procurement make contact with the firms(s) listed: Triumph Aerostructures, LLC (Cage 80378) and Northrop Grumman Technical Services, Inc. (Cage 0JRC1). The right to use the data needed to purchase this part competitively is not owned by the Government. Classified surface data sets called out on drawing DAB3122A025. 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 proposal or in the source selection process. Interested parties are invited to call the Ombudsman at (405) 734-8241. DO NOT CALL THIS NUMBER FOR SOLICITATION REQUESTS. Written procedure will be used for this solicitation. No telephone requests. Only written or faxed request received directly from the requestors are acceptable. All responsible sources solicited may submit a bid, proposal, or quotation, which shall be considered. Note: Faxed solicitation requests can be submitted to DLA Aviation, Tinker AFB OK 73145, and FAX NUMBER (405) 739-4237. Buyer name Irene Mireles, phone # (405) 739-9079, and email address Irene.Mireles@tinker.af.mil Notes: The purposed contract action is for supplies or services for which the Government intends to solicit limited source under the authority of FAR 6.302. Based upon market research, the Government is not using the policies contained in Part 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 Government's requirement with a commercial item within 15 days of this notice. The proposed contract is restricted to domestic sources under the authority of FAR 6.302. Accordingly, foreign sources are not eligible for award. Estimated issue date June 27, 2013 and estimated closing/response date July 29, 2013 PR#: FD2030-13-00059 RFP#: SPRTA1-12-R-0439 Nomenclature/Noun: Sequencing Valve Assemblies used on the B-2 Aircraft, NSN 4810-01-372-8297FW. AMC: 4P History: No previous History. L/I 0001 - The maximum quantity is 27. Mandatory Language: Note: Item Description: Length 8.8300 inches, Height 4.6700 inches, Width 3.5480 inches, Weight 5.8500 (LB). Item Function: Provides proper timing and sequencing of the EAID locking system. Material: Steel, Aluminum and Rubber. Currently Triumph Aerostructures, LLC (Cage 80378) and Northrop Grumman Technical Services, Inc. (Cage 0JRC1) are the only known source that can satisfy the Government requirements. It is suggested that small business firms or others interested in subcontracting opportunities in connection with the described procurement make contact with the firms(s) listed: Triumph Aerostructures, LLC (Cage 80378) and Northrop Grumman Technical Services, Inc. (Cage 0JRC1). The right to use the data needed to purchase this part competitively is not owned by the Government. Classified surface data sets called out on drawing DAB3122A025. 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 proposal or in the source selection process. Interested parties are invited to call the Ombudsman at (405) 734-8241. DO NOT CALL THIS NUMBER FOR SOLICITATION REQUESTS. Written procedure will be used for this solicitation. No telephone requests. Only written or faxed request received directly from the requestors are acceptable. All responsible sources solicited may submit a bid, proposal, or quotation, which shall be considered. Note: Faxed solicitation requests can be submitted to DLA Aviation, Tinker AFB OK 73145, and FAX NUMBER (405) 739-4237. Buyer name Irene Mireles, phone # (405) 739-9079, and email address Irene.Mireles@tinker.af.mil Notes: The purposed contract action is for supplies or services for which the Government intends to solicit limited source under the authority of FAR 6.302. Based upon market research, the Government is not using the policies contained in Part 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 Government's requirement with a commercial item within 15 days of this notice. The proposed contract is restricted to domestic sources under the authority of FAR 6.302. Accordingly, foreign sources are not eligible for award. Estimated issue date June 27, 2013 and estimated closing/response date July 29, 2013 PR#: FD2030-13-00059 RFP#: SPRTA1-12-R-0439 Nomenclature/Noun: Sequencing Valve Assemblies used on the B-2 Aircraft, NSN 4810-01-372-8297FW. AMC: 4P History: No previous History. L/I 0001 - The maximum quantity is 27. Mandatory Language: Note: Item Description: Length 8.8300 inches, Height 4.6700 inches, Width 3.5480 inches, Weight 5.8500 (LB). Item Function: Provides proper timing and sequencing of the EAID locking system. Material: Steel, Aluminum and Rubber. Currently Triumph Aerostructures, LLC (Cage 80378) and Northrop Grumman Technical Services, Inc. (Cage 0JRC1) are the only known source that can satisfy the Government requirements. It is suggested that small business firms or others interested in subcontracting opportunities in connection with the described procurement make contact with the firms(s) listed: Triumph Aerostructures, LLC (Cage 80378) and Northrop Grumman Technical Services, Inc. (Cage 0JRC1). The right to use the data needed to purchase this part competitively is not owned by the Government. Classified surface data sets called out on drawing DAB3122A025. 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 proposal or in the source selection process. Interested parties are invited to call the Ombudsman at (405) 734-8241. DO NOT CALL THIS NUMBER FOR SOLICITATION REQUESTS. Written procedure will be used for this solicitation. No telephone requests. Only written or faxed request received directly from the requestors are acceptable. All responsible sources solicited may submit a bid, proposal, or quotation, which shall be considered. Note: Faxed solicitation requests can be submitted to DLA Aviation, Tinker AFB OK 73145, and FAX NUMBER (405) 739-4237. Buyer name Irene Mireles, phone # (405) 739-9079, and email address Irene.Mireles@tinker.af.mil Notes: The purposed contract action is for supplies or services for which the Government intends to solicit limited source under the authority of FAR 6.302. Based upon market research, the Government is not using the policies contained in Part 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 Government's requirement with a commercial item within 15 days of this notice. The proposed contract is restricted to domestic sources under the authority of FAR 6.302. Accordingly, foreign sources are not eligible for award.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/OCALCCC/SPRTA1-13-R-0459/listing.html)
- Record
- SN03087694-W 20130614/130613000157-a04c37b8059ccc601e2e91224aa40fe9 (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 |