SOLICITATION NOTICE
J -- Repair of the B-2 Shaft Fault Indicator
- Notice Date
- 10/9/2014
- 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
- FA8119-15-R-0001
- Point of Contact
- Ronald A. Hobbs, Phone: 4057340298
- E-Mail Address
-
ronald.hobbs@tinker.af.mil
(ronald.hobbs@tinker.af.mil)
- Small Business Set-Aside
- N/A
- Description
- Synopsis 1. Estimated issue date is 24 OCT 2014, and Estimated Close date is 24 NOV 2014 2. RFP# - FA8119-15-R-0001 3. PR# - FD2030-15-00013 4. Nomenclature/Noun - Shaft Fault Indicator (SFI) 5. NSN - 6625-01-305-8713 6. PN - DAA3116P419-305 7. Application (Engine or Aircraft) - B-2 8. AMC - R4/B 9. History - Last buy 24 Feb 12 (Hamilton Sundstrand). The previous contract was FA8119-12-M-0016. 10. Description: A Five Year Fixed Price Requirements Type Contract is contemplated. A three-year basic period, with one 2-year option period is being considered. Basic Period: BEQ: L/I 0001 - Repair of SFI 9 EA L/I 0002 - *No Fault Found BEQ of 12 EA 3 EA L/I 0003 - Over and Above 1 LO 1 LO L/I 0004 - Material Lay-In (Long lead items) 3 LO L/I 0005 - Data 1 LO 1 LO Option Period: BEQ: L/I 1001 - Repair of SFI 6 EA L/I 1002 - *No Fault Found 2 EA L/I 1003 - Over and Above 1 LO L/I 1004 - Material Lay-in (Long lead items) 1 LO L/I 1005 - Data 1 LO Delivery is To Be Determined *In the event an item is received and is tested and it is discovered there are no faults, the Government will perform a modification, moving the unit to the lower priced no fault found CLIN on each applicable delivery order. This acquisition will be not be competed in accordance with other than Full and Open Competition procedures. The statute being applied to this acquisition is 10 USC 2304(c)(1) as implemented by 6.302-1(a)(2) only one responsible source. 11. Mandatory Language: 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. Qualification Requirements Apply to this requirement - 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. A written response is required The anticipated award date for this acquisition is 1 JAN 2014. Electronic Procedures will be used for this solicitation. 12. Export Control - N/A 13. UID Requirements - If the unit acquisition cost exceeds $5,000.00 then UID Requirements will apply. 14. Buyer name, phone#, and email address - Ronnie Hobbs, 405-734-0298, Ronald.hobbs@tinker.af.mil
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/OCALCCC/FA8119-15-R-0001/listing.html)
- Place of Performance
- Address: Contractor Facility, United States
- Record
- SN03547823-W 20141011/141009235311-9c3f9ccca9ba49796fb5713ae8b4144c (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 |