SOLICITATION NOTICE
J -- DIGITAL TEMPERATURE CONTROL AMPLIFIER
- Notice Date
- 7/18/2014
- Notice Type
- Presolicitation
- NAICS
- 336412
— Aircraft Engine and Engine Parts Manufacturing
- Contracting Office
- DEPARTMENT OF THE AIR FORCE; 3001 STAFF DR STE 1AG1 98C; TINKER AFB; OK; 73145
- ZIP Code
- 73145
- Solicitation Number
- FA8122-14-R-0022
- Response Due
- 9/2/2014
- Archive Date
- 1/31/2015
- Point of Contact
- Susan Plumlee, Phone 405-734-4631, Fax - -, Email susan.plumlee@us.af.mil
- E-Mail Address
-
Susan Plumlee
(susan.plumlee@us.af.mil)
- Small Business Set-Aside
- N/A
- Description
- The United States Air Force through Air Force Sustainment Center (AFSC), Tinker AFB 73145 is contemplating to procure repair/upgrade services for the Digital Temperature Control Amplifier (DTCA) to support the J85-5 engine used in the T-38 aircraft. The objective is to have the amplifiers checked and tested, repaired, and/or repaired/upgraded. The contractor shall provide all labor, facilities, equipment, and material to accomplish the repair/upgrade, test, packing, preservation and packaging of the DTCA. A firm fixed price requirements type contract is contemplated with a one-year basic and four one-year options. This notice of intent does not in itself represent the issuing of a formal request for proposal and is not intended to be taken as such. This is anticipated to be a sole source effort to RSL Electronics Ltd, Migdal Ha 'Emek 23100, Israel, Commercial and Government Entity (CAGE) code S7040. 1.Solicitation number: FA8122-14-R-0008 2.Estimated issue date: 1 August 2014 3.Estimated closing date: 2 September 2014 4.PR Number: FD2030-14-01906 5.Nomenclature/Noun: Digital Temperature Control Amplifier 6.NSNs/PNs: 5996-01-512-9275OK / AY33112489-1 5996-01-582-7251OK / AY33112489-1CDF 7.Application (Engine or Aircraft): J85-5 for T-38 aircraft 8.RMC/RMSC: R3 / P 9.History: Last procured FA8122-14-D-0002 Awarded 4 December 2013 10.NAICS: 336412 11.Item / Quantities/ Delivery: L/I 0001 - Repair 5996-01-582-7251OK / AY33112489-1CDF Basic Year: BEQ: 20 EA Option I: BEQ: 20 EA Option II: BEQ: 28 EA Option III: BEQ: 28 EA Option IV: BEQ: 28 EA The delivery for each CLIN is divided into increments of 1/3 of the order quantity as follows: First 1/3 of CLIN quantity due 45 Days ARO or reparable whichever is later Second 1/3 of CLIN quantity due 75 Days ARO or reparable whichever is later Final 1/3 of CLIN quantity due 105 Days ARO or reparable whichever is later Early delivery is acceptable. L/I 0002 - Check and Test 5996-01-582-7251OK / AY33112489-1CDF Basic Year: BEQ: 59 EA Option I: BEQ: 59 EA Option II: BEQ: 82 EA Option III: BEQ: 82 EA Option IV: BEQ: 82 EA The delivery for each CLIN is divided into increments of 1/3 of the order quantity as follows: First 1/3 of CLIN quantity due 35 Days ARO or reparable whichever is later Second 1/3 of CLIN quantity due 65 Days ARO or reparable whichever is later Final 1/3 of CLIN quantity due 95 Days ARO or reparable whichever is later Early delivery is acceptable. L/I 0003 - Repair/Upgrade Input 5996-01-512-9275OK / AY33112489-1 Output 5996-01-582-7251OK / AY33112489-1CDF Basic Year: BEQ: 55 EA Option I: BEQ: 55 EA Option II: BEQ: 45 EA Option III: BEQ: 45 EA Option IV: BEQ: 45 EA The delivery for each CLIN is divided into increments of 1/3 of the order quantity as follows: First 1/3 of CLIN quantity due 70 Days ARO or reparable whichever is later Second 1/3 of CLIN quantity due 100 Days ARO or reparable whichever is later Final 1/3 of CLIN quantity due 130 Days ARO or reparable whichever is later Early delivery is acceptable. L/I 0004 - Check and Test Input 5996-01-512-9275OK / AY33112489-1 Basic Year: BEQ: 85 EA Option I: BEQ: 85 EA Option II: BEQ: 64 EA Option III: BEQ: 64 EA Option IV: BEQ: 64 EA The delivery for each CLIN is divided into increments of 1/3 of the order quantity as follows: First 1/3 of CLIN quantity due 35 Days ARO or reparable whichever is later Second 1/3 of CLIN quantity due 65 Days ARO or reparable whichever is later Final 1/3 of CLIN quantity due 95 Days ARO or reparable whichever is later Early delivery is acceptable. L/I 0005: Data in accordance with DD1423 (Not Separately Priced) L/I 0006: Over and Above Work Basic/Option I/Option II/Option III/Option IV: BEQ: 40 hours annually The delivery is to be negotiated. 12.Shipping: FOB Origin Ship To: SW3211 DLA DISTRIBUTION DEPOT OF OKLAHOMA 3301 F AVE CEN REC Bldg 506 Door 22 Tinker AFB OK 73145-8000 United States 13.Export Control: None 14.Qualification Requirements: N/A 15.Set-aside: N/A 16.Electronic procedure will be used for this solicitation. 17.The proposed contract action is for supplies or services for which the Government intends to solicit and negotiate with only one source, RSL Electronics Ltd, under authority of FAR 6.302-1(a)(2)(ii). IAW FAR 5.207(c)(15)(ii), all responsible sources may submit a capability statement, proposal, or quotation, which shall be considered by the agency. 18.Based upon market research, the Government is not using policies contained in Part 12, Acquisition of Commercial Items, in its solicitation for the described supplies or services. However, interested parties 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. 19.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. DO NOT CALL THIS NUMBER FOR SOLICITATION REQUESTS. 20.Buyer Name, Phone #, and email address: Susan Plumlee (405) 734-4631 Susan.Plumlee@us.af.mil
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/OCALCCC/FA8122-14-R-0022/listing.html)
- Record
- SN03429903-W 20140720/140718234435-6d09f04dbc80ac764134bf8691bbc324 (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 |