SOLICITATION NOTICE
16 -- KC135 Rudder Position Indicator B Kit
- Notice Date
- 2/25/2020 6:18:06 AM
- Notice Type
- Presolicitation
- NAICS
- 336413
— Other Aircraft Parts and Auxiliary Equipment Manufacturing
- Contracting Office
- FA8105 AFLCMC WKK TINKER AFB OK 73145 USA
- ZIP Code
- 73145
- Solicitation Number
- KC135RPIBKit
- Response Due
- 3/12/2020 1:00:00 PM
- Archive Date
- 03/27/2020
- Point of Contact
- Donna McKibben, Harold Taylor, Phone: 405-736-4908
- E-Mail Address
-
donna.mckibben.1@us.af.mil, harold.taylor.8@us.af.mil
(donna.mckibben.1@us.af.mil, harold.taylor.8@us.af.mil)
- Description
- Publication Date: 25 Feb 20 Written response is required. Anticipated Award Date: �31 Aug 20 Duration of Contract Period: �One Five (5) Year Ordering Period This will be a Firm-Fixed Price Requirements Contract. Description:� This will be a supply contract for B-kits. Each RPI B-kit will contain the following Line Replaceable Units: Rudder Command Indicator Cover, Rudder Command Protection Adapter (RCPA), RCPA Housing, RCPA Cover, Signal Conditioner, and Rudder In/Out (RIOT) box.� The contract line items will consist of the B-kits, (United States Air Force, France, and Turkey) and Data. The government will purchase an estimated total of 405 kits comprising 359 kits for USAF aircraft, 3 kits for France, 7 kits for Turkey and approximately 36 spares. The B-kits may be installed during Programmed Depot Maintenance or at field level. This acquisition is for continued production of a major system. Service/Spare/Repair/OH: �Supply with Spares as a one-time buy.�� The kit is not currently stock listed.� Application: C/KC-135 Destination: �Tinker Air Force Base, OK Qualification Requirements: �None. Export Control: �No. Unique Identification (UID): The RPI program has implemented Item Unique Identification (IUID) to improve asset visibility and to more accurately capture data/intelligence about an asset throughout its lifecycle.� The Contractor shall identify and mark the Group B specified items with IUID labeling IAW DFARS 211.274-5(a), Policy for Assignment of Government-assigned serial numbers. The Contractor shall provide an IUID Marking Plan (CDRL A001) and an IUID Verification Report (CDRL A002).� All IUID markings will comply with SAE AS-9132, Data Matrix Quality Requirements for Parts Marking as required by MIL-STD-130N, DOD Standard Practice Identification Marking of U.S. Military Property. LINE ITEM INFORMATION: Quantity:� All quantities are best estimated. 0001:� 111 kits 0004:� Data, 1 Lot per CLIN, Not Separately Priced 1001:� 75 kits 1004:� Data, 1 Lot per CLIN, Not Separately Priced 2001:� 75 kits 2002:� 1 kit (France) 2003:� 2 kits (Turkey) 2004:� Data, 1 Lot per CLIN, Not Separately Priced 3001:� 75 kits 3002:� 1 kit (France) 3003:� 2 kits (Turkey) 3004:� Data, 1 Lot per CLIN, Not Separately Priced 4001:� 75 kits 4002:� 1 kit (France) 4003:� 3 kits (Turkey) 4004:� Data, 1 Lot per CLIN, Not Separately Priced The contract will not have options. Mandatory Language: The proposed contract action is for supplies or services for which the Government intends to solicit and negotiate with only one source, ROCKWELL COLLINS, Cedar Rapids, IA� 52498 CAGE 84T51 under the authority of FAR 6.302. Interested persons may identify their interest and capability to respond to the requirement or submit proposals. This notice of intent is not a request for competitive proposals. �However, all proposals received prior to the response date indicated on the solicitation may be considered by the Government. �A determination by the Government not to compete with this proposed contract based upon responses to this notice is solely within the discretion of the Government. �Information received will normally be considered solely for the purpose of determining whether to conduct a competitive procurement. One or more of the items under this acquisition may be subject to an Agreement on Government Procurement approved and implemented in the United States by the Trade Agreements Act of 1979. �All offers shall be in the English language and in U.S. dollars. �All interested suppliers may submit an offer. Based upon market research, the Government is not using the policies contained in Part 12, Acquisition of Commercial Items. 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.� �Buyer name, phone#, and email address: Donna McKibben, 405-734-8580, donna.mckibben.1@us.af.mil
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/1a6ca36cd94d4fd3aaaa3376daced506/view)
- Place of Performance
- Address: USA
- Country: USA
- Country: USA
- Record
- SN05571958-F 20200227/200225230140 (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 |