Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF APRIL 11, 2025 SAM #8537
SOLICITATION NOTICE

28 -- New Manufactured Material F110 Augmentor Nozzle, NSN: 2840-01-357-1941 PR

Notice Date
4/9/2025 12:46:47 PM
 
Notice Type
Presolicitation
 
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
SPRTA1-25-R-0245
 
Response Due
5/27/2025 2:00:00 PM
 
Archive Date
12/30/2025
 
Point of Contact
Breann Irving, Phone: 4058553522
 
E-Mail Address
breann.irving@us.af.mil
(breann.irving@us.af.mil)
 
Description
SYNOPSIS � F110, AUGMENTOR NOZZLE SE (AMC 1C) Estimated solicitation issue date 24 April 2025 and estimated closing/response date 27 May 2025. RFP #: SPRTA1-25-R-0245 PR#: FD2030-23-00064 Nomenclature/Noun: AUGMENTOR NOZZLE SE NSN: 2840-01-357-1941 PR PN: 9538M95G05 Application (Engine): F110 AMC: 1C History: Yes Description: Description: Dimensions: Length 26.88 in, Width 13 in, Height 1.75 in, Weight 2 lbs. Material: Titanium. Function: Directs exhaust Quantity: 546 Requested Delivery Schedule: 1 Dec 2026 Ship To: SW3211, Tinker AFB, OK. 73145-8000 Qualification Requirements are applicable Export Control is applicable Surplus Authorized: No First articles are applicable unless a first article waiver is received. Mandatory Language: Electronic procedures will be used for this solicitation. No telephone requests. Only written or faxed requests received directly from the requestors are acceptable. Currently GE (CAGE Code 07482) and Beacon Industries, Inc. (CAGE Code 32816) are the only approved small business sources that can satisfy the Government requirements. Qualification requirements apply. The link to the technical data package is attached to this synopsis. Contract award will be made only if the product/service, manufacturer, or source meets the qualification requirements at the time of award in accordance with FAR clause 52.209-1. Interested offerors are encouraged to submit Source Approval Requests (SARs) as soon as possible as the Government is not required to delay contract award to review pending SARs. If the Government has not completed review of a SAR package upon contract award, then the SAR will be retained and the source will be reviewed for possible source approval for future awards. AWARD WILL NOT BE WITHHELD AWAITING QUALIFICATION. Note: 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) 734-8241. DO NOT CALL THIS NUMBER FOR SOLICITATION REQUESTS. Based upon 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 The solicitation will be available for download on the release date from www.sam.gov. No telephone requests. Questions concerning this synopsis or subsequent solicitation can be directed to Breann Irving at (405) 855-3522 or email breann.irving@us.af.mil. Note: Faxed solicitation requests can be submitted to DLA Aviation-AOAB, Tinker AFB, OK 73145, FAX NUMBER (405) 739-4237. Note: IAW DLAD 9.306 (S?97), H07 Supply Assurance through Multisource Contracting (SEP 2017) applies to this acquisition. This is a Supply Assurance through Multisource Contracting acquisition with 2 alternatives for award. Alternative I is 100% of the quantity being awarded to the proven source if it is the lowest offeror or if they are the only offer received, or 100% of the quantity being awarded to the unproven source if the proven source does not submit a proposal. Alternative II is invoked if the unproven source is the low offeror, resulting in the unproven source receiving up to 40% of the total needed quantity and the proven source receiving at least 60% of the total needed quantity. ""Proven source"" means a source that has successfully met first article testing (FAT) requirements in the past and has been identified by the Government as currently meeting the criteria for FAT waiver. �Unproven source� means a source that has not successfully met first article testing (FAT) requirements in the past and has not been identified by the Government as currently meeting the criteria for FAT waiver.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/25056fabc46d45029df2a9c521b6944a/view)
 
Record
SN07402797-F 20250411/250409230056 (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.