MODIFICATION
28 -- SPRTA123R0002 NSN 2840-01-582-2797 Hot Section Module Exchange F100-229 PN4089013-800
- Notice Date
- 10/7/2022 10:52:52 AM
- Notice Type
- Solicitation
- NAICS
- 336412
— Aircraft Engine and Engine Parts Manufacturing
- Contracting Office
- DLA AVIATION AT OKLAHOMA CITY, OK TINKER AFB OK 73145-3070 USA
- ZIP Code
- 73145-3070
- Solicitation Number
- SPRTA123R0002
- Response Due
- 11/23/2022 1:00:00 PM
- Archive Date
- 11/23/2023
- Point of Contact
- Tracy Clendennen, Phone: (405) 739-9071, Jeremy Bryant, Phone: (405) 855-7112
- E-Mail Address
-
tracy.clendennen@us.af.mil, Jeremy.bryant@us.af.mil
(tracy.clendennen@us.af.mil, Jeremy.bryant@us.af.mil)
- Description
- FD2030-22-32579 F100 Engine Module Exchange Program 1. The solicitation is issued on 07 Oct 2022 with an estimated response date of 23 Nov 2022. 2. Solicitaiton: SPRTA123R0002 3. Purchase Request FD2030-22-32579 / CCar # F3YCAH2231A001 4. Noun: Hot Section Module 5. NSN: 2840-01-582-2797NZ 6. P/N: 4089013-800 7. Applicable to: F100 8. AMC: 3V 9. History: Previously awarded to Raytheon Technologies Corporation for hot section modules via� contract, FA8121- 15-C-0009; on 27 April 2015 via Exchange/Sale of Personal Property, an authority� provided by Section 503 of Title 40, united States Code. 10. Description/Function: This item is the engine core module assembly. This critical safety item� compresses air received from the inlet fan module, combines that compressed air with fuel, and� ignites the air-fuel mixture to provide the thrust required for sustained flight in non-augmented� engine operations. 11. Dimensions: 90.00 inches long X 60.00 inches wide X 65.00 inches high, weighing 1,080.00 lbs. 12. Material: Composed of titanium alloy 13. Qualified Source: Raytheon Technologies Corporation (Cage 52661) 14. Comprehensive Engine Management System Reporting Applicable 15. Export Control: Yes 16. Critical Safety Item 17. New manufacture only 18. Contract Type: New manufacture / Firm Fixed Price 19. Use of the provision at 252.217-7002 , Offering Property for Exchange, when offering nonexcess� personal property for exchange is applicable. 20. UID Marking Requirments: Yes 21. Quantity Range 4 Each to 7 Each The current required quantity is 5 ea. However, the required quantity may change therefore� contractor shall provide proposed exchanges/prices to each of the quantities from 4 to 7 each. CLIN� structure within the solicitation will include a CLIN for the modules with the exchange and a CLIN� for the modules without the exchange. The quantity of this solicitation will be re-evaluated upon� receipt of the contractor�s proposal. 22. Required Delivery Schedule: 10 units per month beginning 444 days ARO contract. Early� deliveries acceptable. 23. FOB Origin delivered to DLA Distribution Depot Oklahoma, Tinker AFB, OK 73145 24. Mandatory Language: The current qualified source is Raytheon Technologies Corporation (Cage 52661). Authority: 10� U.S.C. 2304(c)(1), Justification: Supplies (or Services) required are available from only one or a� limited number of responsible source(s) and no other type of supplies or services will satisfy� agency requirements. The proposed contract action is for supplies in which the Government intends� to solicit and negotiate with only one source, or a limited number of sources under the authority� of FAR 6.302-1. This notice of intent is not a request for competition. However, all proposals� received within 60 days (30 days if award is issued under an existing basic ordering agreement)� after date of publication of this synopsis will be considered by the Government. A determination by� the Government not to compete 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. In accordance with FAR� 5.207(c)(16)(ii), all responsible sources may submit a capability statement, proposal or quotation,� which shall be considered by the agency. It is suggested that small business firms or others� interested in subcontracting opportunities in connection with the described procurement make� contact with the firm listed. 25. Commerciality: Based on market research, the Government is not using the policies contained in FAR Part 12,� Acquisition of Commercial Items, in its solicitation for the described supplies or services.� However, interested persons 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. 26. 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 the 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 contact the Ombudsman at (405) 855-3556. DO NOT CALL THIS NUMBER FOR� SOLICITATION REQUESTS. 27. Electronic procedures will be used for this solicitation. Hardcopies of the solicitation will� not be sent from this office. The solicitation will be available for download on the release date� only from www.sam.gov. Questions concerning this synopsis or subsequent solicitation can be� directed to Tracy Clendennen at email at tracy.clendennen@us.af.mil. �
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/dc1e5639dd434d3ba259fbece2a8c592/view)
- Place of Performance
- Address: USA
- Country: USA
- Country: USA
- Record
- SN06489420-F 20221009/221007230113 (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 |