Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JANUARY 28, 2024 SAM #8097
SOLICITATION NOTICE

59 -- Spare Buy of the B-1 Electrical Solenoid

Notice Date
1/26/2024 8:53:01 AM
 
Notice Type
Solicitation
 
NAICS
336413 — Other Aircraft Parts and Auxiliary Equipment Manufacturing
 
Contracting Office
FA8118 AFSC PZABB TINKER AFB OK 73145-3303 USA
 
ZIP Code
73145-3303
 
Solicitation Number
FA811824Q0002
 
Response Due
2/26/2024 1:00:00 PM
 
Archive Date
03/12/2024
 
Point of Contact
P. Michelle Prather, Phone: 4057394340, Jacqueline K West, Phone: 4057362431
 
E-Mail Address
phaedra.prather@us.af.mil, jacqueline.west@us.af.mil
(phaedra.prather@us.af.mil, jacqueline.west@us.af.mil)
 
Description
The United States Air Force through Air Force Sustainment Center (AFSC), Tinker AFB 73145 is contemplating the Spare Buy of the B-1 Electrical Solenoid. �This notice is in accordance with FAR 5.101(a)(2).� A firm fixed price, fixed quantity type contract is contemplated.� The requirements set forth in this notice are defined per Purchase Request FD2030-23-02138-02. The Government intends to issue a request for quotation on or about 26 January 2024 with a closing response date of 26 February 2024 and estimated award date of on or about 21 April 2024. This notice does in itself represent the issuance of a formal request for quotation and is intended to be taken as such. Written response is required. Item 0001: SOLENOID, ELECTRICAL; NSN: 5945-01-204-3507; P/N 751239-2-1; Applicable to B-1 aircraft for a fixed quantity of 4 each. Function: Opens and closes valve. Dimensions:� 6.0� h x 6.0� w x 6.0� l and weighs 2.0 lbs.� Material: Aluminum Alloy and various other metals. Delivery:� Deliver units 4 each on 29 June 2024. Early delivery is acceptable. Ship To:� Shipping to: SW3211 ����������� � Supplemental Address: NA Shipping instructions will be provided by the Production Management Specialist (PMS) prior to any shipments of serviceable assets. Duration of Contract Period: One Year (a) Item Unique Identification (IUID) marking is not required in accordance with DFARS 252.211-7003. Contractor determined location and method of marking is acceptable. (b) If surplus is considered, prior approval is required. New, unused Government surplus is acceptable with P/N 2184073-3 and Manufacturer 82106 verification. Proof of prior Government ownership is required. (c) Award cannot be made to offshore vendor without prior approval IAW SAMM, Chapter C7, Para C7.19.1. Qualification Requirements: QUALIFICATION REQUIREMENTS APPLY.� Interested vendors that have not been previously qualified for this acquisition must submit a Source Approval Request (SAR) package to the Source Development, Small Business Office at 405-739-7243.� 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.� 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.� Current Approve Source(s) include:� This is a sole source requirement to approved Large Business:� HAMILTON SUNDSTRAND CORPORATION���� CAGE CODE: 73030���� ����������� LARGE BUSINESS To receive any technical data related to this acquisition, offerors must send an email request to P. Michelle Prather at Phaedra.Prather@us.af.mil. Release of any data is subject to applicable data rights. The request shall be on company letterhead and include the applicable solicitation number, the specific data needed (including TO and/or drawing numbers), and a copy of the current, 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 incomplete, misdirected, or untimely requests.** Export Control:� N/A The AMC is 3/R.� The rights to use the data needed to purchase this part from additional sources are not owned by the Government and cannot be purchased, developed, or otherwise obtained. Set-aside: N/A Based upon market research, the Government will not be 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.� All questions regarding this notice are to be submitted in writing via E-mail.� 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 they are 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. Electronic procedures will be used for this solicitation. No telephone requests. Only written or emailed requests received directly from the requestor are acceptable. Point of Contact: P. Michelle Prather; Email: Phaedra.Prather@us.af.mil or Jacqueline West; Email: Jacqueline.West@us.af.mil.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/c02382000a1e4758ac9c5809146caba0/view)
 
Record
SN06947027-F 20240128/240126230047 (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.