SOLICITATION NOTICE
28 -- CHAMBER,COMBUSTION,
- Notice Date
- 4/26/2018
- Notice Type
- Presolicitation
- Contracting Office
- DEPARTMENT OF THE AIR FORCE; 3001 STAFF DR STE 1AF1 98C; TINKER AFB; OK; 73145
- ZIP Code
- 73145
- Solicitation Number
- FA8121-18-R-0027
- Response Due
- 5/30/2018
- Archive Date
- 8/28/2018
- Point of Contact
- Lori Ivester, Phone 405-739-9438, Fax - -, Email lori.ivester@us.af.mil - Joni Haynes, Phone 405-734-4615, Fax - -, Email joni.haynes@us.af.mil
- E-Mail Address
-
Lori Ivester
(lori.ivester@us.af.mil)
- Small Business Set-Aside
- N/A
- Description
- Duration of Contract Period: 5 Years. Electronic procedures will be used for this solicitation. 1. Estimated issue date and estimated closing/response date: Opens: Opens: 30 May 2018, closes 30 June 2018. 2. PR#: FD20301700891 3. Service/Spare/Repair/OH: Spare (Remanufacture) 4. AMC: 1G 5. Item: F100 220 Combustion Chamber 6. NSN: 2840-01-267-1605NZ 7. PN: 4080446, 4064106, 4070810, 4080447, 4080466 8. Description: The 220 combustion chamber provides chambered area for introduction of fuel with compressed air for the F100 engine. 9. Total Line Item Quantity: The Government intends to award a Requirements Type Contract with a 1-year basic and 4 1-year options. L/I 0001 - BEQ 100 ea, 220 Combustion Chamber, 2840-01-267-1605NZ L/I 0002 - Qty 1 LO, Data IAW DD 1423 L/I 1001 - BEQ 100 ea, 220 Combustion Chamber, 2840-01-267-1605NZ L/I 2001 - BEQ 100 ea, 220 Combustion Chamber, 2840-01-267-1605NZ L/I 3001 - BEQ 100 ea, 220 Combustion Chamber, 2840-01-267-1605NZ L/I 4001 - BEQ 100 ea, 220 Combustion Chamber, 2840-01-267-1605NZ 10. Application (Engine or Aircraft): F-100 11. Destination: SW3215 12. Delivery: Anticipated monthly delivery is 90 days ARO. 13. Qualification Requirements: Yes. Currently there are only two sources qualified to provide the 220 Combustion Chambers to the Government. Pratt & Whitney Military Engines Division, Cage code 52661 and Chromalloy Component Services, Cage Code ILKE9. 14. Source Selection Procedures: The Government intends to use Price as the only Evaluation Factor for this competitive acquisition. 15. UID: Note to Contractor: If unit price exceeds $5,000 then UID requirements will apply. 16. Mandatory Language: One or more of the items under this acquisition may be subject to an Agreement on Government Procurement approved and implemented in the United States by the Trade Agreements Act of 1979. All offers shall be in the English language and in U.S. dollars. All interested suppliers may submit an offer. Based upon market research, the Government is not using the policies contained in Part 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 Government's requirement with a commercial item within 15 days of this notice. EXPORT CONTROLLED DATA This acquisition may/does involve technology that has a military or space application. The only US contractors who may participate are those that are certified and registered with DLSC (1-800-352-3572) and have a legitimate business purpose. US contractors must submit a copy of their current, approved DD Form 2345 with their request for solicitation. The form, including instructions for completing the form, is available at http://www.dtic.mil/whs/directives/infomgt/forms/forminfo/forminfopage2220.html. The solicitation/data package will be mailed to the data custodian identified in block 3 of the DD Form 2345. The extent of foreign participation has not yet been determined. MOU country sources must contact the Contracting Officer within 15 calendar days of the date of this synopsis notice to receive a copy of the solicitation at the time it is initially issued. Issuance of the RFP will not be delayed to review requests from MOU country sources received after 15 days or from non-MOU country sources. Nothing in this notice contradicts other restrictions, identified in the synopsis notice or solicitation, regarding eligible sources (e.g., if this is a small-business set-aside, foreign sources may not participate as potential prime contractors but could, if otherwise eligible, participate as subcontractors). Prospective vendors must comply with all the requirements of the solicitation and its attachments to be considered responsive. The Government does not intend to hold discussion but may hold discussion if it is deemed necessary. 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. 17. Buyer name, phone#, and email address: Lori Ivester, 405-739-9438, lori.ivester@us.af.mil or Joni Haynes, 405-739-4106
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/OCALCCC/FA8121-18-R-0027/listing.html)
- Record
- SN04902708-W 20180428/180426231129-b4ca76a0f9804f4e8bb694a111cafe75 (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 |