SOLICITATION NOTICE
16 -- Valve, Solenoid
- Notice Date
- 5/3/2018
- Notice Type
- Presolicitation
- NAICS
- 336413
— Other Aircraft Parts and Auxiliary Equipment 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
- SPRTA1-18-R-0390
- Archive Date
- 2/28/2019
- Point of Contact
- Tracy, Phone: 4057399071
- E-Mail Address
-
tracy.clendennen@us.af.mil
(tracy.clendennen@us.af.mil)
- Small Business Set-Aside
- N/A
- Description
- 1. Estimated issue date 18 May 2018 and estimated closing/response date 18 June 2018. 2. RFP #: SPRTA1-18-R-0390 3. PR#: FD2030-18-01567 4. Nomenclature/Noun: VALVE,SOLENOID, 5. NSN: 4810-01-014-4464RK 6. PN: 27431470 7. Application (Engine or Aircraft): F-15 A/B 8. AMC: 3/R 9. History: Previously purchased 53 each from Meggitt (North Hollywood), Cage Code 79318 on contract SPRTA117C0132 awarded on 2 Aug 2017. 10. Description/Function: The solenoid valve is an electro-pneumatically controlled air shutoff valve used in the fuel tank pressurization system. Composed of aluminum alloy. Applicable to the F-15 airframe. 11. Dimensions: Approximately 3.05 inches long X 2.13 inches wide X 3.70 inches high, weighing 2.00 lbs12. Material: Aluminum, steel 13. This item is not designated as a Critical Safety Item. 14. Qualified Source: Meggitt Inc (North Hollywood), Cage 80234. 15. Qualification requirements are not applicable. 16. New Manufacturer/ Surplus Not Authorized 17. First Article is not required. 18. Export Control does not apply. 19. Quantity: Total Line Item Quantity: CLIN numbering on solicitation to be determined. It is the intension of DLA Aviation at Oklahoma City to request a 36 month proposal (Proposal A) for an indefinite quantity indefinite delivery contract. Best Estimated Quantity (for the entire three (3) year contract period): 77 EA Minimum Quantity (to be ordered against the contract without obligation of placing additional orders): 22 EA Maximum Quantity (cumulative quantities for all orders against the contract, cannot be exceeded): 116 EA Minimum Delivery Order Quantity (the minimum amount to be placed on an individual order - contractor concurrence required for lesser quantity): 07 EA Maximum Delivery Order Quantity (the maximum amount to be placed on an individual order - contractor concurrence required for greater quantity): 39 EA This is the government's preference. If unable to propose a 36 month ordering period under line 0001 for a 36 month ordering period requirement, please quote under Proposal B for a one-time buy firm fixed quantity subject to revalidation. The current required quantity is 22 ea. However, the required quantity may change therefore contractor shall provide proposed prices to the following ranges (6-14 each, 15-23 each, and 24-33 each). If the quantity ranges provided in this solicitation do not provide the best pricing option then the contractor shall submit quantity ranges that yield the best prices to the Government based the Min quantity of 6 ea and Max quantity of 33 ea. See clause 52.207-4. The quantity of this solicitation will be re-evaluated upon receipt of the contractor's proposal. Required Delivery 39 each per month beginning 239 days after receipt of contract or order. Destination: USAF 20. Mandatory Language: Written procedures will be used for this solicitation. Authority: 10 U.S.C. 2304(c) (1), Justification: supplies (or Services) required are available from only or a limited number of responsible sources(s) and no other type of supplies or services will satisfy agency requirements. The proposed contract action is for supplies and services for which the Government intends to solicit and negotiate with only one, or a limited number of sources under the authority of FAR 6.302. The solicitation will identify the office where additional information can be obtained concerning qualifications requirements as cited in each individual solicitation. Note: 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 Ombudsman at (405) 734-8241. DO NOT CALL THIS NUMBER FOR SOLICITATION REQUESTS. For qualification information/source approval request contact the buyer listed below at (405)739-9071 or tracy.clendennen@us.af.mil. Note: Faxed solicitation requests can be submitted to DLA DSCR-AOBA, Tinker AFB, OK 73145. 21. UID: Yes, DFARS 252.211-7003 applies. 22. This procurement is not a total Small Business Set Aside.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/OCALCCC/SPRTA1-18-R-0390/listing.html)
- Place of Performance
- Address: 3001 Staff Drive, Tinker AFB, Oklahoma, 73012, United States
- Zip Code: 73012
- Zip Code: 73012
- Record
- SN04911034-W 20180505/180503231232-18c8f4e70bd009e7f0538b2577010585 (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 |