SOLICITATION NOTICE
16 -- CONTROL MODULE
- Notice Date
- 6/15/2017
- Notice Type
- Presolicitation
- NAICS
- 336413
— Other Aircraft Parts and Auxiliary Equipment Manufacturing
- Contracting Office
- DLA AVIATION AT OKLAHOMA CITY, OK; DLR PROCUREMENT OPERATIONS (AO);3001 STAFF DRIVE; TINKER AFB; OK; 73145
- ZIP Code
- 73145
- Solicitation Number
- SPRTA1-17-R-0413
- Response Due
- 7/31/2017
- Archive Date
- 10/29/2017
- Point of Contact
- James Chandler, Phone 405-739-4440, Fax - -, Email james.chandler@us.af.mil
- E-Mail Address
-
James Chandler
(james.chandler@us.af.mil)
- Small Business Set-Aside
- N/A
- Description
- 1.Estimated Solicitation issue date is 30 June 2017 and the estimated closing/response date is 31 July 2017. 2.Request for Proposal #: SPRTA1-17-R-0413 3. Foreign Military Sales (FMS) Purchase Request #: FD2030-17-01290 4. Nomenclature/Noun: Control Module 5.NSN: 1660-01-024-5628 6.Part Number: 169375-5-1 7.Application (Engine or Aircraft): E-3 8.AMC: 4P - Acquire, for the first time, directly from the manufacturer - The rights to use the data needed to purchase this part from additional source(s) are not owned by the Government and cannot be purchased, developed, or otherwise obtained. It is uneconomical to reverse engineer this part. 9.Description/Function: Temperature control module consists of a check valve assembly, a temp control valve assembly and a pressure relief valve assembly installed in a common housing used to control temperature in aircraft liquid cooling loop. 10.Dimensions: Approximately 14.00 inches in length, 6.00 inches in width, 6.00 inches in height, and 20.00 lbs. in weight. 11.Material: Aluminum Alloy. 12.Approved Source: Cage Code 70210 - Honeywell International, Inc. 13.Qualification requirements are NOT applicable. 14.First Article is not required. 15.Export Control does not apply. 16.Critical Application Item (CSI) applicability: CSI criteria DO NOT apply to this item. 17.Award of a Fixed-Quantity, Firm Fixed-Price, New Manufacture type Contract in support of Foreign Military Sales (FMS) is contemplated. Multiple awards are NOT contemplated and the Government intends to award to a single source. Surplus is NOT authorized for this procurement. Line Item 0001; Fixed-Quantity of 2 Units. Required Delivery: 2ea On-or-Before 29 Sep 2017. Destination: FMS ally country / FMS freight forwarding Code DSR004 / DA4QAY. 18.Surplus is NOT authorized for this procurement. 19.Mandatory Language: DLA OMBUDSMAN (a) An ombudsman has been appointed to hear and facilitate the resolution of concerns from offerors, potential offerors, and others for this acquisition. When requested, the ombudsman will maintain strict confidentiality as to the source of the concern. The existence of the ombudsman does not affect the authority of the program manager, contracting officer, or source selection official. Further, the ombudsman does not participate in the evaluation of proposals, the source selection process, or the adjudication of protests or formal contract disputes. The ombudsman may refer the party to another official who can resolve the concern. (b) Before consulting with an ombudsman, interested parties must first address their concerns, issues, disagreements, and/or recommendations to the contracting officer for resolution. Consulting an ombudsman does not alter or postpone the timelines for any other processes (e.g., agency level bid protests, GAO bid protests, requests for debriefings, employee-employer actions, contests of OMB Circular A-76 competition performance decisions). (c) The Competition Advocate (CA) at each contracting activity/office (as defined in DLAD 2.101) shall act as the ombudsman and attempt to resolve contractor complaints. DLA AVIATION - AOCA's CA/ombudsman can be reached at (405) 734-8241, facsimile (405) 734-8129. Complaints which cannot be so resolved shall be forwarded to the HQ through J-72 for resolution by the DLA competition advocate. Each activity is responsible for developing procedures for executing the duties and responsibilities. (d) The ombudsman has no authority to render a decision that binds the agency. (e) Do not contact the ombudsman to request copies of the solicitation, verify offer due date, or clarify technical requirements. Such inquiries shall be directed to the Contracting Officer. 20.IUID: IUID marking requirements IAW FAR Clause 252.211-7003 are mandatory and shall apply regardless of unit-price. Serial Numbers are required. 21.Small Business Set Aside: Not Applicable. 22.This solicitation shall utilize the procedures at FAR 15 for non-commercial acquisitions. Based upon market research the Government is not using the policies contained in FAR 12, Acquisition of Commercial Items in its solicitation for the described supplies or services. However, interested persons may identify to the contracting officer their interest and capability to satisfy the Governments requirement with a commercial item within 15 days of this notice. 23.In accordance with FAR 52.225-3, Buy American Act - Free Trade Agreements, one or more of these items under this acquisition is subject to the Free Trade Agreement. 24.Electronic procedures will be used for this solicitation. Hard copies of the solicitation will not be sent from this office. The solicitation will be available for download only at www.fbo.gov.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/OCALCCC/SPRTA1-17-R-0413/listing.html)
- Record
- SN04545834-W 20170617/170615235117-31785525a76343ee896732c754099ab5 (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 |