Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF OCTOBER 05, 2018 FBO #6160
SOLICITATION NOTICE

16 -- B-52 SERVOCYLINDER, ELEVATOR PCU HOUSING

Notice Date
10/3/2018
 
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
FA8118-19-R-0001
 
Archive Date
12/31/2018
 
Point of Contact
Maxwell D. Simpson, Phone: 4057395463
 
E-Mail Address
maxwell.simpson@us.af.mil
(maxwell.simpson@us.af.mil)
 
Small Business Set-Aside
N/A
 
Description
SYNOPSIS FOR FA8118-19-R-0001, PR: FD20301800887, All questions regarding this notice are to be submitted in writing via E-mail or Fax. All questions submitted to this office are subject to be posted in this notice along with the appropriate response(s). Vendor identities will not be disclosed. Prospective offerors must comply with all the requirements of the solicitation and any attachments thereto to be considered responsive. All offerors are to specify in their response whether it is a large business, small business, small disadvantaged business, 8(a) concern, women-owned small business, HUBZone small business, veteran-owned small business or service-disabled veteran-owned small business. Also offerors must specify whether they are a U.S. or foreign-owned firm. OMBUDSMAN (AUG 2005) (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 the Ombudsman at 405-736-3273. DO NOT CALL THIS NUMBERFOR SOLICITATION REQUESTS. The Government intends to issue a solicitation on or about 18 OCTOBER 2018, with an estimated award date of on or about 11 JANUARY 2019. This notice does not in itself represent the issuance of a formal request for proposal and is not intended to be taken as such. The requirements set forth in this notice are defined per Purchase Request FD20301800887 as follows: The Government does not intend to hold discussions but may hold discussions if it is deemed necessary. Electronic procedures will be used for the solicitation, to follow. Based upon market research, the Government is not using policies contained in Part 12, Acquisition of Commercial Items, in its solicitation for the described supplies or services. However, interested parties 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. A Firm Fixed Priced, 5-year requirements type contract consisting of a 1-yr base period and four,1-year options is contemplated. (Please see below, anticipated Line Items) Prequalification of sources is essential to maintain high quality and maximum operational safety. The requirements of FAR 9.202(a) apply. Sources must be qualified prior to being considered for award. Interested vendors that have not been previously approved for this acquisition must submit a Source Approval Request (SAR) package to the Source Development, Small Business Office @ 405-739-7243, or via email: afsc.sb.workflow@us.af.mil. 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. Export Controlled Data: 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 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.dtic.mil/whs/directives/infomgt/forms/forminfo/forminfopage2220.html The Government is not responsible for misdirected or untimely requests. If unit price exceeds $5,000.00, UID requirements will apply, IAW DFARS 211.274-2(1). Qualification Requirements: Applicable. See FAR 52.209-1 Qualified Sources: MID-AMERICA AVIATION, CAGE 0UES3 (A WHOLLY OWNED SUBSIDIARY OF MOOG, INC. CAGE 94697); The proposed contract action is for supplies for which the Government intends to solicit and negotiate with only one source, MID-AMERICA AVIATION, CAGE 0UES3 (A WHOLLY OWNED SUBSIDIARY OF MOOG, INC. CAGE 94697);under authority of FAR 6.302-1(a)(2)(ii). IAW FAR 5.207(c)(15)(ii), all responsible sources may submit a capability statement, proposal, or quotation, which shall be considered by the agency. In accordance with FAR 22.10003-6(a)(1), this remanufacture shall be deemed to be manufacturing. As such, this will be considered as a "supply" type acquisition. The contractor shall provide all labor, facilities, equipment, and material to accomplish remanufacture efforts. The work encompasses the disassembly, cleaning, inspection, maintenance, re-assembly, testing, and finishing actions required to return the item to a like new condition in accordance with the solicitation requirements and all attachments. List of applicable Line Item Numbers (LINs): **Numbering of LINs is not specific but for informational purposes only** ADDT'L DESC: REMANUFACTURE OF THE FOLLOWING: REMANUFACTURE OF B-52 SERVOCYLINDER, ELEVATOR PCU HOUSING, NSN: 1650-01-174-3089HS Item: 0001 Best Estimated Qty: 10 each NSN: 1650-01-174-3089HS, REMANUFACTURE P/N: 33976-1 Item: 0002 DATA: NSP Item: 0003 OVER AND ABOVE: TBN, $1,000.00 per year for 5 years, total estimated $5,000.00. These above referenced Line Item Numbers, is anticipated to include, as shown, 1 Year Basic, and 4 Option Years. Required Delivery (referencing LINs above) a. LIN 0001: 02 EA PER MONTH BEGINNING 90 DAYS AFTER RECEIPT OF FUNDED D.O. AND/OR REPS b. LIN 0002: DELIVER IAW BASIC CONTRACT/CDRL c. LIN 0003: DELIVER IAW BASIC CONTRACT All questions regarding this notice are to be submitted in writing via E-mail or Fax. All questions submitted to this office are subject to be posted in this notice along with the appropriate response(s). Vendor identities will not be disclosed.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/OCALCCC/FA8118-19-R-0001/listing.html)
 
Place of Performance
Address: TBD, United States
 
Record
SN05114217-W 20181005/181003230645-ef0fcb4b27ecae5340fa9df180e57870 (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.