SOLICITATION NOTICE
28 -- STOP MECH VBV
- Notice Date
- 1/6/2006
- Notice Type
- Solicitation Notice
- NAICS
- 336412
— Aircraft Engine and Engine Parts Manufacturing
- Contracting Office
- DEPARTMENT OF THE AIR FORCE; 3001 STAFF DR STE 1AC4 97E; TINKER AFB; OK; 73145
- ZIP Code
- 73145
- Solicitation Number
- FA8103-06-Q-0290
- Response Due
- 2/6/2006
- Archive Date
- 4/7/2006
- Small Business Set-Aside
- N/A
- Description
- The anticipated award date will be:06FEB2006 Electronic procedure will be used for this solicitation. Department of the Air Force, Air Force Material Command, OC-ALC-(Central Contracting), 3001 Staff Drive, Ste 1AG76A, Tinker AFB, OK 73145-3015. 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 FA8103-06-Q-0290. The solicitation is a request for quotation (RFQ). Closing date for proposal will be received at the issuing office until 4:00 PM on 6 Feb 2006. Source(s) is (Cage Code 59364) HONEYWELL INTERNATIONAL INC. This 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: 2840-01-139-2204PN; Qty: 30 each; P/N: 301-772-601-0, Noun: STOP MECH VBV. Applicable to F-108. New/Unused Government and Commercial surplus may be acceptable. Remarks: Surplus material shall be new/unused material only. Acceptance inspection shall be conducted at contractor's facility only. New/Unused Commercial off the shelf (COTS) surplus parts, component parts and/or assemblies shall have the original FAA Form 8130-3, Airworthness Approval Tag with appropriate documentation annoted by the OEM's manufacturing source. An incomplete, altered or incorrect FAA 8130-3, for that COTS part or assembly is unacceptable as an Airworthness Release Record. Surplus parts, component parts and/or assemblies must be a CFMI authorized/approved parts manufacturing vendor only. Justification for Unacceptable Surplus Material: No commercially repaired, reconditioned or modified surplus COTS material will be authorized and/or acceptable for use in military F108-CFM56-2B engines. Surplus COTS and FAA-PMA new/unused replacement parts and/or assemblies that were approved for production under these methods, FAA designees, DER, DOA, DAS, Type Certificate, Technical Standard Order Authorization and etc, will not be authorized for use in Military F108 engines . Ship To is Tinker AFB OK, (FB2039) with FOB origin. Inspection/Acceptance is at origin. Required delivery schedule(s) are as follows: 30 each on 29 Dec 2006 or sooner. Qualification Requirements do not exist. The following FAR provisions and clauses apply to this solicitation and are incorporated by reference as follows: far 52.203-3, Gratuities (EXCEED SAT) (mar 05); FAR at 52.203-6, Restrictions on Subcontractor Sales to the Government - alternate I (jan 96); FAR 52.207-4, Economic Purchase Quantity--Supplies (feb 98); far 52.212-1, instructions to offerors-commercial items (jan 05); FAR 52.212-2, Evaluation-- Commercial Items (oct 03); FAR 52.212-3, Offeror Representations and Certifications--Commercial Items (mar 05); far 52.212-4, contract terms and conditions-commercial items (sep 05); FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders--Commercial Items (OCT 05); FAR 52.219-8, Utilization of Small Business Concerns (MAY 04); FAR 52.219-9, Small Business Subcontracting Plan (AUG 05); FAR 52.222-19, Child Labor--Cooperation with Authorities and Remedies (JUN 05); FAR 52.222-21, Prohibition of Segregated Facilities (NOV 03); FAR 52.222-26, Equal Opportunity (NOV 03); FAR 52.222-35, Equal; opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (NOV 03); FAR 52.222-36, Affirmative Action for Workers with Disabilities (NOV 03); FAR 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (NOV 03); FAR 52.222-39, Notification of Employee Rights Concerning Payment of Union Dues or Fees (MAY 05); FAR 52.223?11, Ozone?Depleting Substances (JUN 03); FAR 52.225-13, Restrictions on Certain Foreign Purchases (APR 05); FAR 52.232-33, Payment by Electronic Funds Transfer (NOV 03); FAR A052.246-A002, INSPECTION AND ACCEPTANCE (SEP 1999); FAR A052.246-A002A2, INSPECTION AND ACCEPTANCE - ALTERNATE II (SEP 04); FAR 52.247-1, Commercial Bill of Lading Notations (APR 02); FAR 52.247-65, F.o.b. Origin, Prepaid Freight-Small Package Shipments (JAN 1996); FAR A052.247-A010A, F.O.B. ORIGIN (SEP 04); DFARS 252.211-7003, Item Identification and Valuation (JUN 05); DFARS 252.212?7000, Offeror Representations and Certifications??Commercial Items (JUN 05); DFARS 252.212?7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items (SEP 05); DFARS 252.219-7003, Small, Small Disadvantaged and Women-Owned Small Business Subcontracting Plan (JUL 02); DFARS 252.225-7000, Buy American Act--Balance of Payments Program Certificate (JUN 05); DFARS 252.225-7001, Buy American Act and Balance of Payments Program (JUN 05); DFARS 252.225?7002, Qualifying Country Sources as Subcontractors (JAN 04); DFARS 252.225-7012, Preference for Certain Domestic Commodities (JUN 04); DFARS 252.225?7014, Preference for Domestic Specialty Metals (JUN 05); DFARS 252.225?7014, Preference for Domestic Specialty Metals - ALTERNATE I (MAY 03); DFARS 252.226-7001, Utilization of Indian Organizations, Indian-Owned Economic Enterprises, and Native Hawaiian Small Business Concerns (SEP 04); DFARS 252.232-7003, Electronic Submission of Payment Requests (JUL 05); DFARS 252.232-7010, Levies on Contract Payments (SEP 05); DFARS 252.243-7002, Certification of Requests for Equitable Adjustment (OCT 01); DFARS 252.247-7023, Transportation of Supplies by Sea (SEP 04); AFMCFARS 9952.211-9005, New Manufactured Material and Government or Commercial Surplus Material Acceptable (AUG 03); AFMCFARS 9952.211-9006, Acceptable New and Unused Surplus Material (AUG 03); AFMCFARS 9952.211-9018, Listing of Surplus Material (AUG 03); AFMCFARS 9952.232-9002, Transportation Appropriation Chargeable (MAY 05); AFMCFARS 9952.247-9000, Commercial Bill of Lading Shipments (AUG 03); AFMCFARS 5352.215-9004, Evaluation of Proposals Submitted When Qualification Requirements Do Not Exist (MAY 04); AFMCFARS 5352.247-9005, Shipping Container Marking (MAR 03); AFMCFARS 5352.247-9008, Contractor Commercial Packaging (JAN 2000); AFFARS 5352.201-9101H, Ombudsman (NOV 05); AFFARS 5352.223-9000, Elimination of Use of Class I Ozone Depleting Substances (ODSs) (MAR 04). The full text of any clause can be found at: http//: farsite.hill.af.mil. Proposals are due by 6 February 2005. Proposals should be mailed to: Tay Ashford/448th HPSG/PKB, 3001 Staff Drive Ste 2AD2/109B, Tinker AFB OK 73145. Contact Tay Ashford at 405-734-8100. For additional information regarding this solicitation, the point of contact herein can be reached at Fax number 405-734-8106 or E-mail address: tay.ashford@tinker.af.mil
- Record
- SN00962398-W 20060108/060106212124 (fbodaily.com)
- Source
-
FedBizOpps Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |