Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF APRIL 02, 2014 FBO #4512
SOLICITATION NOTICE

15 -- Maching and Blending Services of Louvers for F/A-18 Military Aircraft

Notice Date
3/31/2014
 
Notice Type
Presolicitation
 
NAICS
336413 — Other Aircraft Parts and Auxiliary Equipment Manufacturing
 
Contracting Office
N00244 NAVSUP Fleet Logistics Center San Diego Regional Contracts Department (Code 200) 3985 Cummings Road Bldg 116 - 3rd Floor San Diego, CA
 
ZIP Code
00000
 
Solicitation Number
N0024414R0015
 
Response Due
4/14/2014
 
Archive Date
4/29/2014
 
Point of Contact
Sheri K Bunn-Markryrd 619-556-7856
 
E-Mail Address
Contract Specialist
(sheri.bunnmarkryd@navy.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
NAVSUP Fleet Logistic Center San Diego intends to use full and open competition FAR 6.203 to obtain qualified contractors that have the technical capability, equipment, tools, and qualified personnel that can supply the Fleet Readiness Center Southwest with non-commercial louver machining and blending services. The contractor shall perform the machining and blending of ten (10) aluminum parts for F/A-18 military aircraft. The contractor shall be required to have a current IRO 9001 or AS9100 registration. The machining and blending shall be performed in IAW the Government s drawing and data specifications for each part number. Contractor will be required to have 3D modeling software and/or capability in order to have access to the Navy s models. These models will be available for viewing in two different formats ( IGS format and STP format). A contractor cannot view the models without the 3D software. Nomenclature: Louver, RH, Part number (91145) 137568-2002, Quantity (5) each Nomenclature: Louver, LH, Part number (91145) 137568-2001, Quantity (5) each Note: (91145) is the Commercial and Government Entity (CAGE) number for Fleet Readiness Center Southwest (FRCSW). Contractor Furnished Material: The Contractor shall be required to obtain and furnish the necessary aluminum material in accordance with specification: 7050-T7451 per AMS4050. The approximate dimensions of the aluminum material are, 20 wide x 32 long x 4 thick. The Contractor shall purchase material with certification traceable to the foundry. If the material is obtained from a foundry the contractor shall provide the Material Certificate of Conformance (MCOC) from the foundry. If the material is obtained from a distributor, the contractor shall provide, in addition to the MCOC from the foundry, a certificate from the distributor showing traceability to the foundry. These material certificates are a deliverable item. First Article Testing & Inspection (FAT): First Article Testing (FAT) and inspection is required for each louver configuration under this scope of work. FAT will encompass both the machining and blending services. Delivery Schedule: The machining and blending service contract has an estimated period of performance of five months. The FAT is expected to take approximately seventy five (75) days and the completion of the remaining louvers another (75) days. Total completion time is (150) days from date of contract award. Shipping: Shipment shall be FREE ON BOARD (FOB) DESTINATION. The contractor shall use the following shipping address: Fleet Readiness Center SW, NAS North Island, San Diego, CA 92135. The Government intends to award a firm-fixed price contract to a responsible offeror based on the following: lowest price technically acceptable, past performance, and delivery schedule. This notice of intent is NOT a request for competitive proposals. This notice of proposed contract action will be followed with an RFP not less than 15 days of the notice publication date (FAR 5.203(a)). However, all responsible sources may submit a proposal which may 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 may be considered solely for the purpose of determining whether to conduct a competitive procurement. Accordingly, under the authority of FAR 19.502-2(a), the Government will publish this as a restricted solicitation requirement for a 100% small business set-aside. Set aside Status: 100% Small Business Set Aside
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVSUP/200/N0024414R0015/listing.html)
 
Place of Performance
Address: FRC SW NAS North Island, San Diego, CA
Zip Code: 92135
 
Record
SN03324626-W 20140402/140331234503-2f038f687b633bf5e751edaf33cddb39 (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.