Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 05, 2004 FBO #0922
SOLICITATION NOTICE

37 -- Liner, Afterburner

Notice Date
6/3/2004
 
Notice Type
Solicitation Notice
 
NAICS
336412 — Aircraft Engine and Engine Parts Manufacturing
 
Contracting Office
Department of the Air Force, Air Force Materiel Command, Tinker OC-ALC - (Central Contracting), 3001 Staff Drive, Ste 1AG76A, Tinker AFB, OK, 73145-3015
 
ZIP Code
73145-3015
 
Solicitation Number
Reference-Number-FA810404R52701
 
Response Due
6/17/2004
 
Archive Date
7/2/2004
 
Point of Contact
Kittie Richardson, Contract Negotiator, Phone 405-734-8112, Fax 405-734-8106, - Tony Veal, Contract Negotiator, Phone (405) 734-8111, Fax (405) 734-8129,
 
E-Mail Address
Ruby.Richardson@tinker.af.mil, frederic.veal@tinker.af.mil
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. The solicitation number is FA8104-04-R-52701. The solicitation is a request for quotations (RFP). Closing date for quotations will be received at the issuing office until 3:00 PM on 17 Jun 2004. Source(s) is (Cage 99207) General Electric Co., 1000 Western Avenue, Lynn, MA., 01905-2655. The solicitation document, incorporated provisions and clauses are those in effect through the Federal Acquisition Circular 97-20 (FAC). The North American Industry Classification System Code (NAICS) is 336412. This is a requirement for Line Item 0001; NSN: 2840-01-245-9464OK, Qty: 45 ea, P/N: 6041T18G03; Application: J-85 Engine. Delivery schedules acceptance is Tinker AFB OK (FB2039) with FOB origin. Required delivery schedules are as follows: 15 per month beginning, October 2004. NOUN: Liner, Afterburner; SIZE/DIMENSION: Approximately 18”inches in diameter by 54 inches long. Predominant Material of Manufacture: B50TF59 CL-A. FORM/FIT/FUNCTION: One piece liner in the propulsion modernization program of the J85-5 afterburner case. Applications: J-85 Engine. Government and Commercial Surplus are acceptable, IAW FAR provisions: New/used acceptable; E-415, E-420C, E-425, E-426. Special Requirements: Since there is a small quantity being considered, items shall be inspected by contractor for conformance to 100% of dimensions on attached drawing at the contractor’s facility and witnessed by a Government Quality Representative (QAR). Parts that are new/unused, Government/Commercial surplus showing sign of rust, corrosion or evidence of deterioration from age, improper packing or preservation or evidence of dissemble or reconditioning in any manner are NOT acceptable. Justification for unacceptable surplus materiel: Failure of this item/s can cause unsafe and unreliable Engine operation. The effects of reconditioning, modifying, wear on these parts and life remaining cannot be determine; therefore new/unused are the only acceptable surplus category. Qualification Requirements: Sources must be qualified prior to being considered for award. The qualification requirements for this item were established prior to 19 Oct 1984 and the requirements of FAR 9.202(A) do not apply. Qualification requirements apply to line item(s) 0001. Packaging Requirements: AFMCFARS 5352.247-9009, Military Packaging and Marking item name(s) or NSN/MMAC 2840-01-245-9464OK. MIL-STD-2073-1: PRES(X), PACK(B). It is suggested that small business firms or others interested in subcontracting opportunities in connection with the described procurement make contact with the firm(s) listed. The following FAR provisions and clauses apply to this solicitation and are incorporated by reference: Dec 2002); DFARS 252.225-7000, Buy American Act-Balance of Payments Program Certificate (Sep 1999); DFARS 252.225-7001, Buy American Act and Balance of Payments Program (Mar 1998); DFARS 252.225-7028, Exclusionary Policies and Practices of Foreign Government (Dec 1991); DFARS 252.225-7035, Buy American Act-North American Free Trade Agreement Implementation Act-Balance of Payments Program Certificate (Mar 1998); DFARS 252.225-7036, Buy American Act-North American Free Trade Agreement Implementation Act-Balance of Payment Program (Mar 1998); DFARS 252.227-7037, Validation of Restrictive markings on Technical Data (Sep 1999). See notes: Notes 20 and 23. The full text of any clause can be found at: http//: farsite.hill.af.mil. Quotes are due by 23 Jun 2004. Quotes should be mailed to: Ruby (Kittie)Richardson/LPKAA,3001 Staff Drive Ste 2AC4/109B, Tinker AFB OK 73145. Contact Ruby (Kittie) Richardson at 405-734-8112 or Tony Veal at 405-734-8111 for information regarding this solicitation. Fax number is 405-734-8106. E-mail address is Ruby.Richardson@tinker.af.mil/ Instructions to Offerors-Commercial Items (Oct 2000); FAR 52.212-2, Evaluation- Commercial Items (Jan 1999); FAR 52.212-3, Offerors, Representations and Certifications- Commercial Items (June 2003); FAR 52.212-4, Contract Terms and Conditions-Commercial Items (Feb 2002); FAR 52.212-5, Contract Terms and Conditions Required to Implements Statues or Executive Orders-Commercial Items (June 2003); (FAR 52.222-26, Equal Opportunity (Apr 2002); FAR 52.222-35, Affirmative Action for Disabled Veterans and Veterans of the Vietnam Era (Dec 2001); FAR 52.222-36, Affirmative Action for Workers with Disabilities(Jun 1998); FAR 52.222-37, Employment Reports or Disabled Veterans and Veterans of the Vietnam Era (Dec 2001); FAR 52.222-41, Service Contract of 1965, as Amended (May 1989); FAR 52.222-42, Statement of Equivalent Rates for Federal Hires (May 1989); FAR 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration (May 1999); FAR 52.247-29, FOB Origin (Jun 1988); FAR 52.252-4, Alterations in Contract (APR 1984); DFARS 252.212-7001, Contract Terms and Conditions Required to Implements Statues or Executive Orders Applicable to Defense Acquisitions of Commercial Items ( NOTE: THIS NOTICE WAS NOT POSTED TO WWW.FEDBIZOPPS.GOV ON THE DATE INDICATED IN THE NOTICE ITSELF (03-JUN-2004); HOWEVER, IT DID APPEAR IN THE FEDBIZOPPS FTP FEED ON THIS DATE. PLEASE CONTACT fbo.support@gsa.gov REGARDING THIS ISSUE.
 
Web Link
Link to FedBizOpps document.
(http://www.eps.gov/spg/USAF/AFMC/OCALCCC/Reference-Number-FA810404R52701/listing.html)
 
Record
SN00597056-F 20040605/040603213204 (fbodaily.com)
 
Source
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO 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.