Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JUNE 13, 2024 SAM #8234
SOLICITATION NOTICE

J -- Overhaul of the KC 135 Centrifugal Clutch Assembly Unit, NSN 1615-00-808-0746JY

Notice Date
6/11/2024 7:17:04 AM
 
Notice Type
Presolicitation
 
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
FD20302300008
 
Response Due
6/26/2024 1:00:00 PM
 
Archive Date
07/11/2024
 
Point of Contact
Morgan Mcgarity
 
E-Mail Address
morgan.mcgarity@us.af.mil
(morgan.mcgarity@us.af.mil)
 
Description
The United States Air Force through Air Force Sustainment Center (AFSC), Tinker AFB 73145 is contemplating the�Overhaul of the KC 135 Centrifugal Clutch Assembly Unit.�A firm fixed price type contract is contemplated. The requirements set forth in this notice are defined per Purchase Request FD20300008 as follows: Written response is required. Duration of Contract Period:�This will be a 5 year requirements type contract consisting of 1- three year basic ordering period and 1 - 2 year option period. CLIN 0001: MINOR Overhaul FOR NSN 1615-00-808-0746JY One Three-Year Basic; best estimated quantity (BEQ) of 25 each/ year. � One 2-year Option; best estimated quantity (BEQ) of 25 each/ year. Deliver 1 unit(s) 6EA EVERY 30 DAYS ARO/REPS . Early delivery is acceptable CLIN 0002: MAJOR Overhaul FOR NSN 1615-00-808-0746JY One Three-Year Basic; best estimated quantity (BEQ) of Min 9 ea / year One 2-year Option; best estimated quantity (BEQ) of Min 9 ea / year Deliver 1 unit(s) 6EA EVERY 30 DAYS ARO/REPS . Early delivery is acceptable CLIN 0003: Over and Above (To Be Negotiated (TBD)) CLIN 0004: Data (Not Separately Priced (NSP)) Ship To:� Shipping instructions to be determined. 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.� Export Control:� N/A Set-aside: N/A The Government intends to issue a solicitation on or about 26 June 2024.� This notice does not in itself represent the issuance of a formal request for proposal and is not intended to be taken as such. 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.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/db991fec458f4ff6ae5f2a96f7857b57/view)
 
Place of Performance
Address: USA
Country: USA
 
Record
SN07092965-F 20240613/240611230125 (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.