SOLICITATION NOTICE
66 -- CONTROLLER,AUTOPILO
- Notice Date
- 7/19/2017
- Notice Type
- Presolicitation
- NAICS
- 336413
— Other Aircraft Parts and Auxiliary Equipment Manufacturing
- Contracting Office
- DEPARTMENT OF THE AIR FORCE; 3001 STAFF DR STE 1AC4 97E; TINKER AFB; OK; 73145
- ZIP Code
- 73145
- Solicitation Number
- FA8117-17-R-0041
- Response Due
- 9/4/2017
- Archive Date
- 12/3/2017
- Point of Contact
- Belinda Calvin, Phone 405-739-5410, Fax - -, Email belinda.calvin@us.af.mil - Tiara L Moore, Phone 405-739-4347, Fax 000-000-0000, Email tiara.moore@us.af.mil
- E-Mail Address
-
Belinda Calvin
(belinda.calvin@us.af.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- PREAWARD SYNOPSIS THERE IS NO SOLICITATION AVAILABLE AT THIS TIME. THIS SYNOPSIS IS A PRE AWARD NOTIFICATION OF THE GOVERNMENTS INTENT TO AWARD A SOLE SOURCE CONTRACT. General Information Document Type:Pre-Award Synopsis Program:T38 - Repair Autopilot Controller Solicitation Number:FA811717R0041 Posted Date:19 July 2017 Anticipated Contract Award: 14 Sept 2017 Contracting Office Address Department of the Air Force, AFSC/PZABA, Tinker AFB, 3001 Staff Drive, Tinker AFB, OK 73145, UNITED STATES Description The purpose of this synopsis is to notify industry of the Air Forces' intent to award a competitive Small Business Set-aside for the repair of Autopilot Controller for the T-38. The Government possesses the Data and Qualification Requirements (QR) are published. Only SAR approved sources will be considered for award. The effort is in support of the T38 Weapons System. The contemplated contract is for repair of Autopilot Controller. The contractor shall be required to accomplish repairs, delivery and provide program support. The proposed North American Industry Classification Systems (NAICS) Codes are as follows: *336413 Aircraft Manufacturing with a size standard of 1250 CONTRACT TYPE, PERIOD OF PERFORMANCE AND SMALL BUSINESS SUBCONTRACTING The current acquisition strategy is to issue a Firm Fixed Price contract with a basic year and two options under FAR 15. The contemplated period of performance is September 2017 thru September 2022. The anticipated CLIN schedule for the basic and option years will account for repair, no fault found (NFF), Over and Above and Data. There are multiple delivery schedules requested (see line item schedule) during the estimated delivery period of September 2017 thru September 2022. The government has determined that this effort will be small business set-aside. The contractor will be required to meet all small business participation requirements included in the contract, and fulfill all the requirements of the subcontracting plan included in the contract. The Contractor will furnish all required labor, facilities, equipment and all material to accomplish, repair and/or modification, test, packing, preservation and packaging, and return to the government in a completely serviceable condition, at the unit price(s) established at the time of contract award, the items of Air Force equipment listed below, all in accordance with the provisions of the Performance Work Statement (PWS). GOVERNMENT FURNISHED PROPERTY FOR REPAIR. (IAW FAR 16.503) Failure of the Government to furnish such items in the amount or quantities described in the schedule as "Estimated" or "Maximum" will not entitle the Contractor to any equitable adjustment in price under the Government Property Clause of the contract. The Contracting Officer may at any time during performance under this contract/order, by written authorization through the ACO, authorized Fast Transportation for the total contract/order quantity or any portion thereof. The authorization will specify method of transportation to be used and quantity of end items effected. Transportation for end items on this contract are authorized to ship via air/land utilizing a Government approved carrier. The quantity is the Government's Best Estimated Quantity (See FAR 52.216-19 and 52.216-21). The quantity to be ordered will be cited on individual orders issued hereunder. There is no Economic Price Adjustment for this contract. QUALIFICATION REQUIREMENTS Qualification Requirements are applicable to this solicitation. It has been determined that repair qualification requirements are necessary to assure quality and durability of the item. Any alternate source must qualify in accordance with the design control activity's procedures (AF T.O.), as approved by the cognizant Government engineering activity. JQR/QR has been developed. CONTRACTING POC Name: Belinda Calvin Title: Contracting Specialist Office: AFSC/PZABA Phone #: (405) 739-5410 Email: belinda.calvin@us.af.mil PR Number(s): FD20301701936 Line Item: 0001 NSN: 6615000725763 CONTROLLER,AUTOPILO P/N: RY673, Description: provides a means of exercising manual ontrol over certain parameters in an aircraft yaw stabilizatio... Supp. Description: CAST ALUMINUM AND VARIOUS ELECTRONIC COMPONENTS Best Estimated Qty: 3.0000 EA Applicable to: None Delivery: *90 Calendar Days *ARO Funded Order or Reparable Assets, Whichever is Later Destn: SW3211,TINKER AFB OK 73145-8000,, -. Quantity: 1.00 Unit of Issue: EA PR Number(s): FD20301701936 Line Item: 0002 Data Quantity: 1.0000 LO Delivery: IAW DD1423 IAW DD1423 Destn: CNOTE,,, -. Quantity: 1.00 Unit of Issue: LO PR Number(s): FD20301701936 Line Item: 0003 Over and Above Quantity: 1.0000 LO Delivery: To be negotiated. To be negotiated. Destn: CNOTE,,, -. Quantity: 1.00 Unit of Issue: LO PR Number(s): FD20301701936 Line Item: 1001 NSN: 6615000725763 CONTROLLER,AUTOPILO P/N: RY673, Description: provides a means of exercising manual ontrol over certain parameters in an aircraft yaw stabilizatio... Supp. Description: CAST ALUMINUM AND VARIOUS ELECTRONIC COMPONENTS Best Estimated Qty: 3.0000 EA Applicable to: None Delivery: *90 Calendar Days *ARO Funded Order or Reparable Assets, Whichever is Later Destn: SW3211,TINKER AFB OK 73145-8000,, -. Quantity: 1.00 Unit of Issue: EA PR Number(s): FD20301701936 Line Item: 2001 NSN: 6615000725763 CONTROLLER,AUTOPILO P/N: RY673, Description: provides a means of exercising manual ontrol over certain parameters in an aircraft yaw stabilizatio... Supp. Description: CAST ALUMINUM AND VARIOUS ELECTRONIC COMPONENTS Best Estimated Qty: 3.0000 EA Applicable to: None Delivery: *90 Calendar Days *ARO Funded Order or Reparable Assets, Whichever is Later Destn: SW3211,TINKER AFB OK 73145-8000,, -. Quantity: 1.00 Unit of Issue: EA PR Number(s): FD20301701936 Line Item: 3001 NSN: 6615000725763 CONTROLLER,AUTOPILO P/N: RY673, Description: provides a means of exercising manual ontrol over certain parameters in an aircraft yaw stabilizatio... Supp. Description: CAST ALUMINUM AND VARIOUS ELECTRONIC COMPONENTS Best Estimated Qty: 3.0000 EA Applicable to: None Delivery: *90 Calendar Days *ARO Funded Order or Reparable Assets, Whichever is Later Destn: SW3211,TINKER AFB OK 73145-8000,, -. Quantity: 1.00 Unit of Issue: EA PR Number(s): FD20301701936 Line Item: 4001 NSN: 6615000725763 CONTROLLER,AUTOPILO P/N: RY673, Description: provides a means of exercising manual ontrol over certain parameters in an aircraft yaw stabilizatio... Supp. Description: CAST ALUMINUM AND VARIOUS ELECTRONIC COMPONENTS Best Estimated Qty: 3.0000 EA Applicable to: None Delivery: *90 Calendar Days *ARO Funded Order or Reparable Assets, Whichever is Later Destn: SW3211,TINKER AFB OK 73145-8000,, -. Quantity: 1.00 Unit of Issue: EA Duration of Contract Period: BASIC + 4 ONE YEAR OPTIONS Electronic procedure will be used for this solicitation. To: Air Shunt Instruments Inc.,,., -. To: MEGGITT SAFETY SYSTEMS, INC.,,., -. To: Airtronics Inc.,,., -.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/OCALCCC/FA8117-17-R-0041/listing.html)
- Record
- SN04586765-W 20170721/170719235717-4b125d17c29cfaf706724cffd01c59ef (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 |