SOLICITATION NOTICE
16 -- Remanufacture of KC-135 Directional Control Q Spring Assembly
- Notice Date
- 6/10/2015
- 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
- FA8118-15-R-0051
- Archive Date
- 8/31/2015
- Point of Contact
- Bobbi Whitlock, Phone: 4057394340
- E-Mail Address
-
bobbi.whitlock@tinker.af.mil
(bobbi.whitlock@tinker.af.mil)
- Small Business Set-Aside
- N/A
- Description
- 1. Estimated issue date: 25 Jun 2015; Estimated closing/response date: 27 Jul 2015. **These dates are subject to change. Solicitation will be posted to FBO and attached to this synopsis when it is issued. Closing/response date will be noted on the solicitation.** 2. PR number: FD2030-15-00657. Solicitation number: FA8118-15-R-0051. 3. Service/Spare/Repair/OH: Remanufacture. 4. AMC: R1C. 5. Item: Remanufacture of KC-135 Directional Control Q Spring Assembly. 6. NSN: 1650-00-898-3516FL. 7. P/N: 65-57078-4. 8. Description: Directional Control Spring Assembly exerts force on pilot's flight control; provides artificial feel in the control system. OEM: Boeing - Kent, WA. Dimensions: 14.0" (length) x 4.0" (width) x 14.0" (height). Material: stainless steel, aluminum, bronze. Five-year requirements contract is contemplated with one basic year and four one-year options. All quantities are estimated. This requirement is a TOTAL SMALL BUSINESS SET ASIDE. 9. Total Line Item Quantity: Best Estimated Quantities are as follows: NSN: 1650-00-898-3516FL Basic year: 20 EA Option I: 20 EA Option II: 20 EA Option III: 20 EA Option IV: 20 EA 10. Application: KC-135. 11. Destination: TBD. 12. Delivery: 5 EA Every 30 days After Receipt of Order. 13. Qualification Requirements apply. Award will be made only if the offeror, the product/service or the manufacturer meets qualification requirements at the time of award in accordance with FAR clause 52.209-1. AWARD WILL NOT BE WITHHELD AWAITING QUALIFICATION. 14. Export Control: Not Applicable. 15. UID Note to Contractor: UID Note to Contractor: If unit price of item (not remanufacture cost) exceeds $5,000, then UID requirements will apply. 16. Applicable Tech Orders: 16C1-5-16-3. 17. This requirement is a TOTAL SMALL BUSINESS SET ASIDE. Written procedures will be used for this solicitation. No telephone requests. Only written or faxed requests received directly from the requestor are acceptable. All responsible sources solicited may submit a bid, proposal, or quotation, which shall be considered. Note: 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 Ombudsman at (405) 736-3273. DO NOT CALL THIS NUMBER FOR SOLICATION REQUESTS. Note: Faxed solicitation requests can be submitted to 448 SCMG/PKBE, Tinker AFB OK 73145 at FAX NUMBER (405) 739-4417. 18. Point of Contact: Bobbi Whitlock; Phone: 405-739-4340; Email: bobbi.whitlock@tinker.af.mil.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/OCALCCC/FA8118-15-R-0051/listing.html)
- Record
- SN03759990-W 20150612/150610235606-3bbbb17bce8d9e8a7414fd63225ba616 (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 |