Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MAY 02, 2018 FBO #6004
SOLICITATION NOTICE

J -- TF33-PW-100 1st Stage Fan Blade Set - Package #1

Notice Date
4/30/2018
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
336412 — Aircraft Engine and Engine Parts 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
FA812118Q0011
 
Archive Date
5/19/2018
 
Point of Contact
Alexandra Tucker, Phone: 4057344629
 
E-Mail Address
alexandra.tucker@us.af.mil
(alexandra.tucker@us.af.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
Packaging Transportation SOW CAVAF PWS CDRL DIDS Combined Synopsis/Solicitation (IAW FAR 12.603) Solicitation Number: FA8121-18-Q-0011 TF33-PW-100 1st Stage Fan Blade Set This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. This soliciation is being issued as a request for quotation (RFQ) IAW FAR Part 13. This solicitation document and incorporated provisions and clauses are those in effect through the Federal Acquisition Circular (FAC) 2005-95, Defense Federal Acquisition Regulation Supplement Change Notice (DPN) 20161222, and Air Force Acquisition Circular (AFAC) 2017-0127. The Air Force Sustainment Center (AFSC/PZAAA) at Tinker Air Force Base Oklahoma, intends to award one firm fixed price contract for the acquisition of material listed below to EB Airfoils LLC, CAGE: 1YB91. All responsible sources may submit a bid, proposal or quotation which shall be considered by the agency. (100% Small Business set aside) NAICS Code: 336412 Size Standard: 1500 Contract Line Items (CLINs): Note: All CLINs are Firm Fixed Price (FFP) Contractor is required to provide commercial product literature for all items quoted CLIN # Part Number/Noun Quantity Unit of Issue Delivery Date 0001 TF33-PW-100 1st Stage Fan Blade Set NSN: 2840-00-157-3633RV 238 SE 45 Sets per 30 Days ARO and/or repairable assets. 0002 Contract Data Requirement List (CDRL) 1 LT Description of Items: CLIN 0001 238 se TF33-PW-100 1st Stage Fan Blade Set to include: • NSN: 2840-00-157-3633RV •· Material: AMS 4928 Titanium Alloy •· Weight: approximately 5.00 lbs •· Dimensions: 17.0730" x 3.9200" x 0.9850" (L x W x H) •· Item Function: Attaches to the #1 hub and directs air flow thru the fan section of the low speed compressor. Base to fit front compressor or hub. •· Quality Requirements: FAR 52-246-11, ISO 9001-2000, AS 9100, NATO AQAP 2070 (or equivalent) CLIN 0002 1 LT Contract Data Requirements List (CDRL) IAW DD Form 1423-1 Delivery Information: 45 Sets per 30 Days ARO and/or repairable assets. FOB origin Ship to SW3211, Mark For 09 (See transportation form attachment) Packaging: PACRN AAA (See packaging requirement attachment) Terms and Conditions Please note full text of the Federal Acquisition Regulation (FAR) can be accessed on the internet at: http://www.farsite.hill.af.mil, http://farsite.hill.af.mil/vfdfara.htm, http://farsite.hill.af.mil/vmaffara.htm FAR 52.212-1. Instructions to Offerors - Instructions to Offerors -- Commercial, applies to this acquisition. FAR 52.212-2 Evaluation Commercial items, Evaluation -- Commercial Items, (a) The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: PRICE * All quotes will be evaluated only by price and adherence to the solicitation. The lowest priced quote will be evaluated for adherence on an acceptable/unacceptable basis. If the lowest priced quote is found to be in compliance with the solicitation, then no further evaluations will be conducted and award will be made. If the lowest priced quote is not in adherence to the solicitation, the next lowest priced quote will be evaluated, and so on until a technically acceptable quote is found. 52.212-3 -- Offeror Representations and Certifications -- Commercial Items. The offeror shall complete only paragraphs (b) of this provision if the Offeror has completed the annual representations and certification electronically via the System for Award Management (SAM) Web site located at http://www.sam.gov/portal (Only complete and return if there are changes to current SAM Registration. If 52.212-3 is not returned the contractor is affirming that the current SAM registration is current, accurate, and complete). If the Offeror has not completed the annual representations and certifications electronically, the Offeror shall complete only paragraphs (c) through (u) of this provision. 52.212-4, Contract Terms and Conditions -- Commercial Items, applies to this acquisition. 52.212-5, Contract Terms and Conditions Required to Implement Statues or Executive Orders-Commercial Items, applies to this acquisition. The following clauses/provisions within 52.212-5 are included but not limited to : 52.204-10, Reporting Executive Compensation and First-Tier Subcontract 52.209-6, Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment 52.219-6, Notice of Total Small Business Set-Aside 52.219-13, Notice of Set-Aside of Orders 52.219-28, Post Award Small Business Program Representation 52.222-3, Convict Labor 52.222-19, Child Labor-Cooperation with Authorities and Remedies 52.222-21, Prohibition of Segregated Facilities 52.222-26, Equal Opportunity 52.222-36, Equal Opportunity for Workers with Disabilities 52.222-40, Notification of Employee Rights Under the National Labor Relations 52.222-50, Combating Trafficking in Persons 52.223-11, Ozone-Depleting Substances and High Global Warming Potential Hydrofluorocarbons 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While 52.225-1, Buy American-Supplies 52.225-3, Buy American Free Trade Agreements-Israeli Trade Act 52.225-13, Restrictions on Certain Foreign Purchases The following DFARS clauses/provisions are included but not limited to : 252.203-7000, Requirements Relating to Compensation of Former DoD Officials 252.203-7005, Representation Relating to Compensation of Former DoD Officials 252.204-7011, Alternative Line Item Structure 252.204-7012, Safeguarding Covered Defense Information and Cyber Incident Reporting 252.204-7015, Notice of Authorized Disclosure of Information for Litigation Support 252.223-7008, Prohibition of Hexavalent Chromium 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports 252.232-7006, Wide Area Workflow Payment Instructions Standard Commercial warranties apply. Contact Information Quotations are due by: 04 May 2018, by 2:00pm Central Standard Time (CST). Contact the following individual for information regarding this solicitation: Ms. Alexandra Crothers, Contract Specialist, 405-734-4629 alexandra.crothers@us.af.mil Mrs. Chelsea O'Connor, Contracting Officer, 405-734-8091 chelsea.oconnor.2@us.af.mil Attachments Attachment 1: PWS, Number of Pages: 8 Attachment 2: SOW, Number of Pages: 15 Attachment 3: CDRLS, Number of Pages: 4 Attachment 4: DIDS, Number of Pages: 14 Attachment 5 Transportation, Number of Pages: 1 Attachment 6: Packaging, Number of Pages: 1
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/OCALCCC/FA812118Q0011/listing.html)
 
Place of Performance
Address: FOB Origin, United States
 
Record
SN04904754-W 20180502/180430230656-5be54df153653d660c5064ae45bc1ee4 (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.