Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MAY 16, 2018 FBO #6018
SOLICITATION NOTICE

16 -- VALVE ASSEMBLY,HYDR

Notice Date
5/14/2018
 
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-0436
 
Archive Date
1/31/2019
 
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
Synopsis PR: FD2030-18-01802 1. Estimated issue date and estimated closing/response date: Issue: 29 May 2018 closes: 29 Jun 2018 2. RFP: SPRTA1-18-R-0436 3. Service/Spare/Repair/OH: Spares 4. AMC: 3C 5. Nomenclature/Noun: Valve, Assembly, Hydr 6. NSN: 1650-01-008-0644 7. PN: 38-487 8. History: Award date: Last Awarded on 24 Jun 14 under contract SPRTA1-14-M-0181 Qty: 1 each / Awardee: Aero Precision Industries LLC 9. Description/Function: Item Dimensions: 5.58 inches long X 1.25 inches wide X 1.25 inches high, weighing.80 lbs., composed of steel and aluminum. The valve assembly raises and lowers the main landing gear. Applicable to the KC-135/ E-3 airframes. 10. Quantity: Do not quote both bids. The Government's preference is to award as an indefinite delivery/ indefinite quantity contract (IDIQ). Bid A represents an IDIQ. If unable to bid on an IDIQ, bid B is for a one-time buy. NOTES FOR BID A (CLIN 0001): 1: CLIN 0001 is for the solicitation of a firm fixed price, indefinite delivery/indefinite quantity type contract. 2: The Best Estimated Quantity (BEQ) for CLIN 0001 reflects the estimated requirement for a three (3) year (36 month) period. Any resultant contract shall be in effect from the effective date of the contract through a three (3) year (36 month) period or until the maximum quantity is exhausted, whichever comes first. 3: Offers as to price are to be made only for the BEQ. Offers for Minimum Quantity, Maximum Quantity, Minimum Delivery Order Quantity or Maximum Delivery Order Quantity are not to be made, and if made will be disregarded. Evaluation of the award will be based on the proposed unit price for the BEQ quantity. 4: For further clarification, quantities and descriptive application for this anticipated ID/IQ contract are as follows: Best Estimated Quantity (for the entire three (3) year contract period): 35 EA Minimum Quantity (to be ordered against the contract without obligation of placing additional orders): 10 EA Maximum Quantity (cumulative quantities for all orders against the contract, cannot be exceeded): 53 EA Minimum Delivery Order Quantity (the minimum amount to be placed on an individual order -contractor concurrence required for lesser quantity): 03 EA Maximum Delivery Order Quantity (the maximum amount to be placed on an individual order -contractor concurrence required for greater quantity): 18 EA NOTES FOR BID B (CLIN 0002): 1: CLIN 0002 is for the solicitation of a firm fixed price, definite delivery/definite quantity type contract. 2: The current required quantity is 10 ea. However, the required quantity may change therefore contractor shall provide proposed prices to the following ranges. 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 13 ea and Max quantity of 18 ea. See clause 52.207-4. The quantity of this solicitation will be re-evaluated upon receipt of the contractor's proposal. 11. Application (Engine or Aircraft): KC-135/E-3 Airframe 12. Destination: SW3211, Tinker AFB, OK, 73145 13. Required Delivery: 103 days ARO, Early deliveries acceptable 14. Qualification Requirements: Yes. 15. Export Control Requirements: No 16. UID: UID is applicable. 17. Qualified Sources: Hydro-Aire Inc. (81982) 18. Set-aside: N/A 19. Mandatory Language: In accordance with FAR 5.207(c)(16)(ii), All responsible sources may submit a capability statement, proposal, or quotation, which shall be considered by the agency. 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. Government's obligation under this contract is contingent upon the availability of appropriated funds from which payment for contract purposes can be made. No legal liability on the part of the Government for any payment may arise until funds are made available to the Contracting Officer for this contract and until the Contractor receives notice of such availability, to be confirmed in writing by the Contracting Officer. Electronic procedures will be used for this solicitation. Hardcopies of the solicitation will not be sent from this office. The solicitation will be available for download only at www.fbo.gov. Authority: 10 U.S.C. 2304(c) (1), Justification: supplies (or Services) required are available from only one or a limited number of responsible source(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. This notice of intent is not a request for competition. However, all proposals received within 45 days (30 days if award is issued under an existing basic ordering agreement) after date of publication of this synopsis will be considered by the Government. A determination by the Government not to compete this proposed contract based upon responses to this notice is solely within the discretion of the Government. Information received will normally be considered solely for the purpose of determining whether to conduct a competitive procurement. It is suggested that small business firms or others interested in subcontracting opportunities in connection with the described procurement make contract with the firms(s) listed. 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 the 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) 734-8241. DO NOT CALL THIS NUMBER FOR SOLICITATION REQUESTS. Request for written quotation will be issued. Only written or faxed request received directly from the requestors are acceptable. The anticipated award date will be 60 days after the issuance of this notice. 20. Buyer name, phone#, and email address Questions concerning this synopsis or subsequent solicitation can be directed to PCO Tracy.Clendennen@us.af.mil (405) 739-9071.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/OCALCCC/SPRTA1-18-R-0436/listing.html)
 
Place of Performance
Address: 3001 Staff Drive, Tinker Air Force Base, Oklahoma, 73145, United States
Zip Code: 73145
 
Record
SN04921651-W 20180516/180514230830-573b27222b9fae50c22b6f90a9479494 (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.