AWARD
J -- Repair of the SEM/EDX JetSCAN Equipment
- Notice Date
- 4/22/2025 6:38:08 AM
- Notice Type
- Award Notice
- NAICS
- 81121
—
- Contracting Office
- FA8119 AFSC PZABC TINKER AFB OK 73145-3015 USA
- ZIP Code
- 73145-3015
- Solicitation Number
- FA811925D0005
- Archive Date
- 05/22/2025
- Point of Contact
- Jordan Rausch, Lance Culver
- E-Mail Address
-
jordan.rausch@us.af.mil, jimmy.culver@us.af.mil
(jordan.rausch@us.af.mil, jimmy.culver@us.af.mil)
- Award Number
- FA8119-25-D-0005
- Award Date
- 04/16/2025
- Awardee
- Rolls-Royce Corporation Indianapolis IN 46225 USA
- Award Amount
- 4127077.00
- Description
- (a) National Stock Number (NSN): 6650014867221 (b) Qualification Requirement: N/A. (c) Manufacturer, including part number: The original equipment manufacturer is Rolls Royce Corporation, Part Number: 762850 (d) Size, dimensions, or other form, fit or functional description: N/A (e) Predominant material of manufacture: N/A (f) Quantity, including any options for additional quantities: See Item (13) (g) Unit of issue: See Item (13) (h) Destination information: FOB: Origin (i) Delivery schedule: Line Item 0001: Service/Repair Deliver unit(s) 50 machines * 12 months = 600 EA Line Item 0002: Over and Above Deliver unit(s) OVER and ABOVE To Be Determined (TBD) Line Item 0003: Data Reports, Trending & Analysis, User Training Deliver unit(s) To Be Determined (TBD) Line Item 0004: DATA Deliver unit(s) CDRL To Be Determined (TBD) (j) Duration of the contract period: The period of performance (PoP) will begin on the day of contract award. This is a one year basic with two option years and the option to extend up to six months. 16 April 2025 - 15 April 2028 (k) Sustainable acquisition requirements: N/A. (l) Intended source and insert a statement of the reason justifying the lack of competition: (i) Rolls-Royce Corporation 450 S Meridian St Indianapolis, IN 46225-1103 CAGE: 63005 (ii) There is one approved source for this repair effort; Rolls-Royce Corporation. Currently, there is one provider for JetScan repair/service and that is Rolls-Royce Corporation. (m) (i) This requirement can only be performed by pre-approved source. This limited competition acquisition will follow FAR Part 12 procedures. (ii) All responsible sources may submit a capability statement, proposal, or quotation, which shall be considered by the agency. (n) Technical Data: A technical data package will not be furnished as the Government does not own the technical data for the repair of these subassemblies.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/715be59064f1408b807c48f8ca6fb0f7/view)
- Place of Performance
- Address: Indianapolis, IN 46225, USA
- Zip Code: 46225
- Country: USA
- Zip Code: 46225
- Record
- SN07416305-F 20250424/250422230036 (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 |