Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JANUARY 10, 2014 FBO #4430
SOLICITATION NOTICE

15 -- Manufacture of Aircraft Former - FD2030-14-00238

Notice Date
1/8/2014
 
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
FA811914R0008
 
Archive Date
4/30/2014
 
Point of Contact
Harold L. Taylor, Phone: 4057399441
 
E-Mail Address
harold.taylor.8@us.af.mil
(harold.taylor.8@us.af.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
Anticipated Award Date: 15 March 2014 Duration of Contract Period: 450 Days After Contract Award. Electronic procedures are approved for this acquisition. A Bid Set has been uploaded to Federal Business Opportunities under explicit access request "00238". See export controlled item note below. Service/Spare/Repair/OH: Spare RMC: 1/C Application: B-52 Destination: SW3211. Account 9 Qualification Requirements: Qualification requirements are set forth in OC-ALC Source Approval Information Booklet. Due to the complexity and criticality of this part, only actual 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. Export Control: Yes. This acquisition may/does involve technology that has a military or space application. The only US contractors who may participate are those that are certified and registered with DLSC (1-800-352-3572) and have a legitimate business purpose. US contractors must submit a copy of their current, approved DD Form 2345with their request for solicitation. The form, including instructions for completing the form, is available at http://www.dtic.mil/whs/directives/infomgt/forms/forminfo/forminfopage2220.html. The solicitation/data package will be mailed to the data custodian identified in block 3of the DD Form 2345. The extent of foreign participation has not yet been determined. MOU country sources must contact the Contracting Officer within 15 calendar days of the date of this synopsis notice to receive a copy of the solicitation at the time it is initially issued. Issuance of the RFP will not be delayed to review requests from MOU country sources received after 15 days or from non-MOU country sources. 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 contractors but could, if otherwise eligible, participate as subcontractors). LINE ITEM INFORMATION: First Article of Aircraft Former NSN: 1560-01-152-6552FG PN: 35-8220-501 Description: Firewall used to keep engine fire from spreading to the rear or front section of the engine. Quantity: 1 each. Delivery: 270 Days After Contract Award. Certificate of Compliance Quantity: 1 Lot Test Report Quantity: 1 Lot Material Certification Quantity: 1 Lot First Article Data Quantity: 1 Lot Aircraft Former NSN: 1560-01-152-6552FG PN: 35-8220-501 Description: Firewall used to keep engine fire from spreading to the rear or front section of the engine. Best Estimated Quantity: 26 each. Final production quantity shall be revalidated prior to award. Minimum Quantity: 6 each; Maximum Quantity: 40 each. Delivery: 5 each per month after first article approval. UID: Note to Contractor: If unit price exceeds $5,000 then UID requirements will apply (all NSNs). Mandatory Language: (all NSNs) The proposed contract is 100% set aside for small business concerns. One or more of the items under this acquisition may be subject to an Agreement on Government Procurement approved and implemented in the United States by the Trade Agreements Act of 1979. All offers shall be in the English language and in U.S. dollars. All interested suppliers may submit an offer. Based upon market research, the Government is not using the policies contained in Part 12, Acquisition of Commercial Items. Award will be made only if the offeror, the product/service or the manufacturer meets qualification requirement at time of award, in accordance with FAR clause 52.209-1 or 52.209-2. The solicitation identifies the office where additional information can be obtained concerning qualification requirements and is cited in each individual solicitation. 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 405-736-3273. Buyer name, phone#, and email address: Harry Taylor, 405-739-9441, Harold.taylor@tinker.af.mil
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/OCALCCC/FA811914R0008/listing.html)
 
Record
SN03263223-W 20140110/140109000739-d89df5927154f93c24b01b9d14e8f604 (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.