SOLICITATION NOTICE
16 -- Remanufacture Of B-52H Tension Regulator NSN: 1680-00-348-6196 RK - Package #1
- Notice Date
- 9/5/2018
- Notice Type
- Combined Synopsis/Solicitation
- 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
- FA8118-18-Q-0014
- Archive Date
- 10/20/2018
- Point of Contact
- Tara N. White, Phone: 4057344619, MIchael H Moucka, Phone: 4057395457
- E-Mail Address
-
tara.white.8@us.af.mil, michael.moucka@us.af.mil
(tara.white.8@us.af.mil, michael.moucka@us.af.mil)
- Small Business Set-Aside
- N/A
- Description
- Transportation Data for Solicitations Packaging Requirements Data Item Description DI-PSSS-81995 Data Item Description DI-MGMT-81634C Contract Data Requirements List Government Furnished Property Commercial Asset Visibility Air Force (CAVAF) Reporting Requirements Statement of Work FA8118-18-Q-0014 - Request for Quote Remanufacture Of B-52H Tension Regulator NSN: 1680-00-348-6196 RK PREAMBLE B.01 REMANUFACTURE (a) This is a remanufacture meeting the requirements at FAR 22.1003-6(a)(1). The contractor shall furnish all material, plant facilities, labor, parts, equipment, and expertise necessary to perform the remanufacture required to restore the piece(s) of equipment to original life expectancy, or nearly so. The contractor shall also accomplish all necessary packing and preservation and packaging. ALL work shall be completed in accordance with the requirements specified herein (including attachments hereto) and at the unit price(s) established at the time of award. (b) A Pre-Award Survey and/or Initial Production Evaluation (IPE) may be required. Details are provided in the Statement of Work (SOW) Attachment, paragraphs 1.1 and 1.3 respectively. (c) Qualification requirements apply. Interested vendors that have not been previously qualified for this acquisition must submit a Source Approval Request (SAR) package to the Source Development, Small Business Office @ 405-739-7243. As prescribed in FAR 9.202(e), the contracting officer need not delay a proposed award in order to provide a potential offeror with an opportunity to demonstrate its ability to meet the standards specified for qualification. (d) This acquisition may involve technology that has a military or space application. The only contractors who may participate are those that are certified and registered with the Defense Logistics Information Service (DLIS) (1-800-352-3572) and have a legitimate business purpose. In order to receive any technical data related to this acquisition, offerors must be registered with Federal Business Opportunities (FedBizOpps) www.FBO.Gov. Requests for data are to be submitted to 558cbss.gbhba.psd@tinker.af.mil for Drawings and directly to the PCO and/or buyer for Technical Orders (TOs). The request shall be on company letterhead and include the applicable solicitation number and the specific data needed (e.g. TO number, drawing number). The request must be accompanied by a copy of the current and approved DD Form 2345. The form, including instructions for completing the form, is available at: http://www.esd.whs.mil/Directives/forms/. The Government is not responsible for incomplete, misdirected, or untimely requests. (e) Some units of items listed in Section B may, upon disassembly and/or inspection, be determined to be beyond the remanufacture limits specified in the Work Specification and/or Technical Orders. Any cost for work performed by the Contractor prior to determination that such equipment is beyond these limits, shall be included in the unit price(s) of the listed item(s). (f) Condemned units shall not be counted as production. (g) Offerors must clearly identify all proposed deviations from the solicitation requirements and/or exceptions to the terms and conditions. Offerors must also provide complete rationale for all proposed deviations and/or exceptions. INSTRUCTIONS, CONDITIONS, AND NOTICES TO RESPONDENTS FOR PROPOSAL PREPARATION USING SIMPLIFIED ACQUISITION PROCEDURES. (h) If you believe that any of the Government's required deliveries is unreasonable or not obtainable, provide a schedule your firm considers to be a reasonable, obtainable delivery schedule and include, as an attachment to your response, delivery is to be IAW the solicitation. Note: Failure to meet or exceed the Government's required delivery and/or include the information requested in the solicitation may result in the proposal not being considered for award. (i) END ITEMS BEYOND REMANUFACTURE "Reparable End Items" are defined as end items which can be restored to a serviceable condition, in accordance with applicable requirements. If the contractor estimates that any item is not reparable (i.e. beyond remanufacture), the Contractor shall promptly notify the administrative contracting officer in writing and shall not perform further remanufacture on any such items except at the direction of the administrative contracting officer (ACO). Upon written confirmation from the ACO that a particular item is not reparable, the contractor shall dispose of the unit in the manner directed by the ACO. (j) Funds are not presently available for this contract. The Government's obligation under this contract is contingent upon the availability of appropriated funds from which payment for contract purposes can be made (see clause 52.232-18 - Availability of Funds). B.02 ADDITIONAL INFORMATION (a) THIS SOLICITATION CONTEMPLATES AWARD OF A 1-YEAR FIRM FIXED PRICE CONTRACT. (b) There are several long lead time component parts involved with this requirement. The awardee is responsible for securing these parts in a timely manner so as to meet the Government's required delivery schedule. (c) Failure of the Government to furnish such items in the amounts or quantities described in the Schedule as "estimated" or "maximum" will not entitle the contractor to any equitable adjustment in price under the Government Property clause of the contract. REQUIRED DELIVERY: 2 EA due 90 calendar days ARO order or Reparable Assets (Whichever is Later), until all quantities are delivered. Early delivery is acceptable. If you believe that the Government's required delivery is unreasonable or not obtainable, provide a schedule your firm considers to be a reasonable, obtainable delivery schedule and include, as an attachment to your response, the information requested in the solicitation. Note: Failure to meet or exceed the Government's required delivery and/or include the information requested may result in the proposal not being considered for award.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/OCALCCC/FA8118-18-Q-0014/listing.html)
- Place of Performance
- Address: Tinker AFB, Tinker AFB, Oklahoma, 73145, United States
- Zip Code: 73145
- Zip Code: 73145
- Record
- SN05074078-W 20180907/180905231615-c99a8c13ac0f47f972b04ee8c038da8b (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 |