Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF FEBRUARY 14, 2020 SAM #6651
SOLICITATION NOTICE

15 -- F-16 Transparency Canopy

Notice Date
2/12/2020 9:57:40 AM
 
Notice Type
Presolicitation
 
NAICS
336413 — Other Aircraft Parts and Auxiliary Equipment Manufacturing
 
Contracting Office
FA8212 AFSC PZABA HILL AFB UT 84056 USA
 
ZIP Code
84056
 
Solicitation Number
FA821220R0009
 
Response Due
2/27/2020 2:00:00 PM
 
Archive Date
03/13/2020
 
Point of Contact
Luke Draayer, Phone: 8017774745
 
E-Mail Address
luke.draayer@us.af.mil
(luke.draayer@us.af.mil)
 
Description
This is a Pre-solicitation synopsis notice in accordance with FAR 5.201. This is�not�a Request for Proposal or an invitation for bid (IFB), nor is it construed as a commitment by the government. This synopsis is prepared in accordance with guidance found in�FAR 5.207 and is for the purpose of notifying potential offeror's of an upcoming solicitation. The USAF intends to release a solicitation on or about 4�Feb�2020 for replenishment spares of the F-16 Transparency Canopy. THESE ITEMS HAVE A CRITICAL APPLICATION AND TO ENSURE CONTINUED PRODUCT INTEGRITY OF THE ITEM(s), APPROVED QUALIFIED SOURCES MUST VERIFY THAT THEY HAVE ALL APPLICABLE DATA WITH THE LATEST REVISIONS TO MANUFACTURE THESE ITEMS. THE STRUCTURAL AND FUNCTIONAL INTEGRITY OF THE ITEM(S) CAN BE AFFECTED BY INDIVIDUAL MANUFACTURERS PROCESSES AND TECHNIQUES. TO ENSURE CONTINUED PRODUCT INTEGRITY OF THE ITEM(S) THIS PROCUREMENT IS RESTRICTED TO PREQUALIFID SOURCES. THESE APPROVED QUALIFED SOURCES ARE KNOWN TO HAVE THE REQUIRED EXPERIENCE AND CAPABILITY TO MANUFUCTURE THE PART (S): TEXSTARS, LLC (12849) AND SIERRACIN CORP�(12035). Keep the following if there is a manufacturing qualification requirements package and attach the QR with the Synopsis: DUE TO THE CRITICAL APPLICATION OF THIS ITEM, ALTERNATE SOURCE(S) MUST BE APPROVED IN ACCORDANCE WITH THE DESIGN CONTROL ACTIVITIES' PROCEDURES AND REQUIREMENTS WHICH HAVE BEEN ESTABLISHED BY THE RESPONSIBLE GOVERNMENT ENGINEERING AUTHORITY IN THE Manufacturing QUALIFICATION� REQUIREMENTS. Qualification Requirements: See FAR Part 52.209-1 Qualification Requirements. 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. 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 in the��attached Manufacturing�Qualification�Requirements. The government does not have complete and adequate data, special materials, facilities, tooling, or test equipment which may be required in the performance of the contract. Any capability statement will need to demonstrate to the government engineer how the source can manufacture/supply the item(s) while maintaining the quality of the part(s) that meets or exceeds the government�� requirements. All responsible sources may submit a bid, proposal, or quotation which shall be�considered by the agency. Award will be made only if the offeror, the product/service, or the manufacturer meets qualification requirements at the time of award in accordance with FAR clause 52.209-1. The solicitation identifies the office where additional information can be obtained concerning qualification requirements and are cited in each individual solicitation. Potential� Solicitation� Number: FA8212-20-R-0006� Nomenclature/Noun: F16 Transparency Canopy NSN: 1560014975956WF OR 1560014977174WF Part Number:�5004270?03 and�183400?63 Estimated quantity: 10�Ea. Application (Engine or Aircraft): F16 Aircraft Acquisition Method Code (AMC): 1/R Items screened and found to be already competitive. Data Rights not owned by the Government, uneconomical to purchase data History: Previously purchased by Texstars Anticipated Solicitation issue date on or after 27�Feb�2020�with an estimated closing/response date of 19 Mar 2020. First Article Required: No Award of a one-time Firm Fixed Priced contract is contemplated. Surplus is NOT authorized for this procurement. Governments Required Delivery Schedule if a solicitation is released: 26�Sep� 2022 Inspection/Acceptance: Origin�� UID marking requirements IAW DFARS clause 252.211-7003 apply: Yes� Set-Aside Status: At this time, it is determined that the potential acquisition will not be�a total 100% Small Business Set Aside. Place of Contract Performance: Contractor's Facility **The FOLLOWING ARE PROPOSED LINE ITEM NUMBERS FOR INFORMATIONAL PURPOSES ONLY** Line Item: 0001 - Production Articles F16 Transparency Canopy NSN: 1560014975956WF OR 1560014977174WF P/N:�5004270?03 and�183400?63 QTY/UI: 10�ea. FOB: Origin Duration of Contract Period: 12 Months after Date of Award Estimated award date: �26 Mar�2020 Offerors currently in production of the same or similar article for an Air Force contract and who have received first article approval under the existing contract. ***EXPORT CONTROL DATA*** This acquisition involves technology that has a military or space application- OFFERORS ARE REQUIRED TO BE ""EXPORT CONTROL CERTIFIED"" in order to view drawings, Technical Orders, Specifications, etc. for this solicitation. Only DoD Contractors who have a current DD Form 2345 are authorized to have access to applicable drawings/technical� �orders/specifications. Foreign participation is not permitted at the prime contractor level. Release approved for U.S. contractors only. Respondents are to specify whether they are large business, small business, small disadvantaged business, 8(a) concern, women-owned SB, Hubzone SB, Veteran-owned SB, or Service-disabled veteran- owned SB, and whether U.S. or foreign-owned firm. Payment terms are Net 30 days after government acceptance in Wide Area Workflow (WAWF). All payments are to be paid via the Internet through the Wide Area Workflow (WAWF) system. WAWF may be accessed at https://wawf.eb.mil. WAWF training may be accessed�online at https://www.dfas.mil/contractorsvendors/irapt/wawf/training. Payment information may be accessed using the DFAS website at https://www.dfas.mil/contractorsvendors.html. The purchase order/contract number or invoice will be required to inquire status of payment. Electronic procedures will be used for the solicitation. All current and/or future information about this acquisition, i.e. solicitation, Attachments, Amendments, Questions and Answers (Q&A's), etc., will be distributed through FBO, therefore, interested parties are responsible for monitoring this site to ensure they have the most-up-to-date information about this acquisition. All correspondence sent via e-mail shall contain a subject line that reads the synopsis/solicitation number and title of requirement. Note that e-mail filters at Hill AFB�are designed to filter e-mails without subject lines or with suspicious subject lines or contents (i.e., .exe or .zip files). Therefore, if this information is not included in the subject line, the e-mail may not get through the e-mail filters. Also, be advised that .zip or .exe files are not allowable attachments and may be deleted by the e-mail filters at Hill AFB. If sending�attachments� with� e-mail,� ensure� only� .PDF, .doc, .docx, or .xls� documents� are sent. The e-mail filter may delete any other form of attachments. All offerors wishing to be considered must be currently registered with System for Award Management (SAM) at beta.sam.gov. OMBUDSMAN 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. 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). The Competition Advocate (CA) at each contracting activity/office shall act as the ombudsman and attempt to resolve contractor complaints If resolution cannot be made by the contracting officer, the interested party may contact the HILL AFB ombudsman, Lisette Leduc at 801 777 -6549 , FAX 801 777 -6830 , email lisette.leduc@us.af.mil. Concerns, issues, disagreements, and recommendations that�cannot be resolved at the Center/MAJCOM/DRU/SMC ombudsman level, may be brought by the interested party for further consideration to the Air Force ombudsman, Associate Deputy Assistant Secretary (ADAS) (Contracting). SAF/AQC, 1060 Air Force Pentagon, Washington DC 20330-1060, phone number (571) 256-2395, facsimile number (571) 256-2431. 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.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/8d393b88a5054e3e8c9f7612f525afb3/view)
 
Place of Performance
Address: USA
Country: USA
 
Record
SN05560700-F 20200214/200212230154 (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.