Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MARCH 30, 2018 FBO #5971
SOLICITATION NOTICE

59 -- Repair of Auto Throttle Servo Motors (ATS) and Auto Pilot Servo Motor (APS)

Notice Date
3/28/2018
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
811219 — Other Electronic and Precision Equipment Repair and Maintenance
 
Contracting Office
Department of the Air Force, Air Force Materiel Command, PK/PZ - Robins AFB, 215 Page Rd, Robins AFB, Georgia, 31098-1611, United States
 
ZIP Code
31098-1611
 
Solicitation Number
FA8538-16-R-0019-0001
 
Point of Contact
David B. Smith, Phone: (478)926-6773
 
E-Mail Address
david.smith.48@us.af.mil
(david.smith.48@us.af.mil)
 
Small Business Set-Aside
N/A
 
Description
This acquisition will be sole source to MPC Products Corporation, 6300 West Howard ST, Niles, IL 60714-3406 (Cage Code 19710). MPC is the original OEM of the Auto Throttle Servo Motor (ATS) and the Automatic Pilot Servo Motor (APS). This will be a Firm Fixed Price requirements repair contract for depot-level repair of the Auto Throttle Servo Motor (ATS) Part Number (P/N) 2R9227A, National Stock Number (NSN): 6110-01-492-5228UC, and Automatic Pilot Servo Motor (APS) Part Number (P/N) 2R9226A, National Stock Number (NSN): 6615-01-493-4075UC. The best estimated quantity (BEQ) for each requirement year is 10 and 40 respectively. This requirement is to provide Depot-level overhaul coverage for C-5 ATS and APS in sustainment of the C-5 aircraft. The depot-level overhaul/repair to be performed requires the contractor to perform complete teardown, evaluation, repair, testing, procurement of components, packaging, handling, storage, transportation, and data collection while maintaining a prompt delivery schedule. Requested delivery schedule is 30 days ARO and receipt of reparable assets. The period of performance will be for 5 years and will be funded with 3010 appropriations. This action will result in the award of a one year basic plus four one year ordering periods. There will be a line item for Repair, No Fault Found (NFF), Beyond Economical Repair (BER) and Over and Above. Authority for requirements is 10 U.S.C 2304© (1) as implemented by FAR 6.302-1, Only One or a Limited Number of Responsible Sources, and No Other Supplies or Services will satisfy Agency Requirements. Electronic procedures will be used for this solicitation. Request a copy of the solicitation from the following website: http://www.fedbizopps.gov/. The cognizant Contracting Office address is WR-ALC AFSC/PZAAB, 235 Byron Street, Suite 19A Robins AFB, GA 31098. The POC for this effort is David Smith/ david.smith.48@us.af.mil All responsible sources may submit a proposal which shall be considered by the agency. A determination by the Government not to complete this proposed contract based upon responses to this notice is solely within the discretion of the Government. Approximate issue date of solicitation is 3 April 2018. Approximate response date for receipt of proposals is 3 May 2018.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/WRALC/FA8538-16-R-0019-0001/listing.html)
 
Record
SN04870473-W 20180330/180328231936-45d23f9fdfa19a94c6d9f16b3341ca9b (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 |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.