SOLICITATION NOTICE
16 -- Linear Piston Rod
- Notice Date
- 8/29/2018
- 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-0543
- Archive Date
- 5/31/2019
- Point of Contact
- Jeffrey L. Wyatt, Phone: 4058553562
- E-Mail Address
-
Jeffrey.Wyatt@us.af.mil
(Jeffrey.Wyatt@us.af.mil)
- Small Business Set-Aside
- N/A
- Description
- AMC: 3P 1. Estimated Solicitation issue date is 17 Sep 2018 with an estimated closing/response date of 18 Oct 2018. 2. Request for Proposal #: SPRTA1-18-R-0543 3. Purchase Request: FD2030-19-00260 US Air Force Requirement 4. Nomenclature/Noun: Linear Piston Rod 5. NSN: 1650-00-303-5607 6. Part Number: 3831339-5 7. Application (Engine or Aircraft): F-15 8. Acquisition Method Code (AMC): 3D/Sole Source for the Second or Subsequent Time. 9. History: Previously purchased 27 each from Parker-Hannifin on contract SPRTA1-18-F-0386, awarded on 18 Jul 18. 10. Description/Function: Inner piston to the F-15 stab actuator. 11. Dimensions: Approximately 21.00 inches in length, 3.40 inches in width and 3.40 inches in height, and 10.00 lbs in weight. 12. Material: Steel and aluminum alloy 13. Sources / Qualified Sources (if Qualification Requirements Apply): Parker-Hannifin. 14. Qualification Requirements: Not applicable to this acquisition. 15. First Article: First Article(s) ARE NOT required for this acquisition. 16. Export Control: No. 17. Award of a New Manufacture Fixed-Quantity, Firm Fixed-Price contract is contemplated. Notice of Range Quantity Solicitation: The current required quantity is 34 each. However, the final required quantity may change. Therefore, offeror(s) are required to propose prices for the specific quantity ranges identified in the Solicitation, when issued. The current overall possible quantity range for this acquisition is a between a Minimum quantity of 9 each and Max quantity of 51 each., to include First Article(s), if required. If the specific quantity ranges identified in the Solicitation do not provide the best pricing option for your company business model, then the contractor has the option of identifying within Provision 52.207-4, those suggested quantity ranges, for informational/planning purposes only, that yield your best prices to the Government. Offeror(s) are still required to submit proposals for the specific quantity ranges identified in the Solicitation. The Final fixed-quantity of this requirement is at the sole discretion of the Government and the Government reserves the right to award no contract at all depending on the quality and prices of proposal(s) received. The final buy quantity will be re-evaluated and determined upon receipt of proposal(s) and the closing date of the Solicitation. Government NEW/UNUSED Surplus is authorized for this procurement. Parts subject to part number and manufacturer verification, prior Government ownership, and pictures will be required. Required Delivery Schedule: No Later Than May 2020 Destination: DLA Distribution Depot, Hill AFB, Utah 18. Mandatory Language: Written procedures will be used for this solicitation. Electronic submission of completed/signed proposals via scanned PDF through e-mail to the contracting officer is authorized. DLA OMBUDSMAN (a) An ombudsman has been appointed to hear and facilitate the resolution of concerns from offerors, potential offerors, and others for this acquisition. When requested, the ombudsman will maintain strict confidentiality as to the source of the concern. The existence of the ombudsman does not affect the authority of the program manager, contracting officer, or source selection official. Further, the ombudsman does not participate in the evaluation of proposals, the source selection process, or the adjudication of protests or formal contract disputes. The ombudsman may refer the party to another official who can resolve the concern. (b) Before consulting with an ombudsman, interested parties must first address their concerns, issues, disagreements, and/or recommendations to the contracting officer for resolution. Consulting an ombudsman does not alter or postpone the timelines for any other processes (e.g., agency level bid protests, GAO bid protests, requests for debriefings, employee-employer actions, contests of OMB Circular A-76 competition performance decisions). (c) The Competition Advocate (CA) at each contracting activity/office (as defined in DLAD 2.101) shall act as the ombudsman and attempt to resolve contractor complaints. DLA AVIATION AT OKLAHOMA CITY CA/Ombudsman can be reached at (405) 734-8241. DO NOT CALL THIS NUMBER FOR SOLICITATION REQUESTS. Complaints which cannot be so resolved shall be forwarded to the HQ through J-72 for resolution by the DLA competition advocate. Each activity is responsible for developing procedures for executing the duties and responsibilities. (d) The ombudsman has no authority to render a decision that binds the agency. (e) Do not contact the ombudsman to request copies of the solicitation, verify offer due date, or clarify technical requirements. Such inquiries shall be directed to the Contracting Office. 19. UID marking requirements IAW DFARS clause 252.211-7003 apply to this acquisition.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/OCALCCC/SPRTA1-18-R-0543/listing.html)
- Place of Performance
- Address: 3001 Staff Drive, Ste 2B85, OKC, Oklahoma, 73020, United States
- Zip Code: 73020
- Record
- SN05062239-W 20180831/180829231456-b1a5e2eb9030502b6ecd4a9cb325998e (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 |