Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JANUARY 26, 2020 SAM #6632
SOLICITATION NOTICE

16 -- B-1B ACTUATOR, ELECTRO-ME, NSN: 1680011538501RK - FIRST ARTICLE Production

Notice Date
1/24/2020 9:33:04 AM
 
Notice Type
Presolicitation
 
NAICS
336413 — Other Aircraft Parts and Auxiliary Equipment Manufacturing
 
Contracting Office
FA8118 AFSC PZABB TINKER AFB OK 73145 USA
 
ZIP Code
73145
 
Solicitation Number
FA811820R0012
 
Archive Date
07/07/2020
 
Point of Contact
SCOTT W. VAN HOUTEN, Phone: 4057392318, Ruji (Julie) Rumery, Phone: 4057399444
 
E-Mail Address
scott.van_houten@us.af.mil, ruji.rumery@us.af.mil
(scott.van_houten@us.af.mil, ruji.rumery@us.af.mil)
 
Description
Solicitation number: FA8118-20-R-0012 Estimated issue date:� 7 February 2020 Estimated closing date: 7 March 2020 Nomenclature/Noun:� B-1B ACTUATOR, ELECTRO-ME NSN: 1680-01-153-8501RK Manufacturer / PN: 721604A Function: Provides mechanical movement to the rudder, acting as a hinge between the rudder panels and the vertical stabilizer. Material: Steel, Aluminum NAICS: 336413 AMC / AMSC:� 2/R� Item, Quantity, Delivery: L/I 0001: First Article Spares, 2 each, 10 May 2021 (early delivery acceptable) L/I 0002: First Article Test Plan L/I 0003: First Article Report Description SYNOPSIS FOR FA8118-20-R-0012, PR: FD20302000125-01, SPARES WITH FIRST ARTICLE Production The government intends to award this competitive contract using Price Only source selection of qualified vendors.� All responsible sources may submit a capability statement, proposal, or quotation which shall be considered by the agency. 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 NUMBER FOR SOLICITATION REQUESTS. The Government intends to issue a solicitation on or about 7 February 2020, with an estimated award date of on or about 20 April 2020 (FY20). This notice does not in itself represent the issuance of a formal request for proposal and is not intended to be taken as such. This date is subject to change and will be adjusted as necessary by the Government. The requirements set forth in this notice are defined per Purchase Request FD20302000125-01. 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. Based upon market research, the Government is not using Regulations contained in FAR 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. The Government contemplates a Firm Fixed Priced, Fixed Quantity type contract consisting of a period of performance, requiring Delivery of all quantities (2 total) on or before 21 Aug 2020. (Please see anticipated Line Items below). Qualification Requirements: QUALIFICATION REQUIREMENTS APPLY.� For qualification information/source approval requests contact the Source Development Office, OC-ALC/SB (405) 739-7243.� Award will be based on meeting our requirements and cannot be delayed pending qualification of additional sources.� Part requires engineering source approval by the design control activity in order to maintain the quality of the part.� Existing unique design capability, engineering skills, and manufacturing knowledge by the qualified source(s) require acquisition of the part from approve sources. 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 beta Sam.gov (FedBizOpps replacement) beta.sam.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.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). SPECIAL REQUIREMENTS/PRODUCTION FACILITIES (See FAR 52.209-3 or -4 Alternative I) NOT REQUIRED First Article assets will be counted toward production. TEST / INSPECTION REQUIREMENTS: Contractor Testing Performance or other characteristics which the First Articles must meet are: Dimensional check of outline drawing 721604. Material verification of forgings. Functional test per chapter 8 of Air Force TO 5A44-9-3 or contractor's ATP document if government ESA determines it to be equivalent. TEST PLAN REQUIRED: Yes, government has 45 days to approve/disapprove plan TEST REPORT REQUIRED: Yes Forward To: AFLCMC/LZPED FA MNOITOR DODAAC FA8111 3001 STAFF DRIVE, STE 1AB85A TINKER AFB, OK 73145-3041 Government written notice of approval, 90 days to approve/disapprove after receipt of contractor�s report. ADDT'L DESC: ACTUATOR, ELECTRO-ME, NSN 1680011538501RK, FIRST ARTICLE PRODUCTION, WITH CONTRACTOR TEST PLAN, and CONTRACTOR TEST REPORT FOR INSPECTION. Item: 0001 QUANTITY: 2 each NSN: 1680-01-153-8501RK, First Article Spares Production P/N: 721604A AMC/AMSC: 2/R Item: 0002 QUANTITY: 1 each Pseudo NSN: 1680DTH200008RK, First Article Test Plan, IAW DD Form 1423-1: CDRL, Form 1664 Item: 0003 QUANTITY: 1 each Pseudo NSN: 1680DTH1902A8RK, First Article Test Report, IAW DD Form 1423-1: CDRL, Form 1664 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
SAM.gov Permalink
(https://beta.sam.gov/opp/f1be899e8d4f45d8a521625b30e4a563/view)
 
Place of Performance
Address: USA
Country: USA
 
Record
SN05543205-F 20200126/200124230148 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM 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.