MODIFICATION
16 -- F-15E OXYGEN CONCENTRATOR - DATA - Solicitation 1 - PWS
- Notice Date
- 3/23/2010
- Notice Type
- Modification/Amendment
- NAICS
- 336413
— Other Aircraft Parts and Auxiliary Equipment Manufacturing
- Contracting Office
- DEPARTMENT OF THE AIR FORCE; BLDG 3001 SUITE 2AH81A; TINKER AFB; OK; 73145
- ZIP Code
- 73145
- Solicitation Number
- FA8118-10-R-0005
- Response Due
- 4/28/2010 3:00:00 PM
- Archive Date
- 6/28/2010
- Point of Contact
- Tina M. Grujic,
- E-Mail Address
-
tina.grujic@tinker.af.mil
(tina.grujic@tinker.af.mil)
- Small Business Set-Aside
- N/A
- Description
- APPENDIX C APPENDIX B APPENDIX A Official Solicitation DID (2) DID (1) CDRLs RFP#: FA8118-10-R-0005 PR#: FD2030-09-06993 NOUN: Oxygen Concentrators NSN: 1660-01-522-7140BO P/N: 3261093-0204 Application: F-15E Duration of Contract Period: 1 Basic year with 2 Option years DESCRIPTION: The Molecular Sieve Oxygen Generating System (MSOGS) is a self-generating oxygen system. The system works with the engine bleed air, which is processed thru a series of zeolite sieve beds where oxygen molecules are removed and retained and the other inert gasses are purged from the system. The system operates from ground level to 70,000 feet. FUNCTION: Concentrator utilizes conditioned engine bleed air and electrical power from the aircraft to provide oxygen enriched air for crew member breathing. Approximate Dimensions: 11.50" High by 12.02" Wide by 17.74" Long; Weight 54 Lbs The government intends to solicit the following OVERHAUL/REMANUFACTURE requirement SOLE SOURCE to Carleton Life Support Systems, Inc. 1. This is an Overhaul requirement. The contractor shall provide all the necessary materials, labor and equipment required to complete disassembly, cleaning, parts inspections, reassembly and testing and finishing actions required to return the Oxygen Concentrator to a like new condition. 2. The list of applicable CLIN's a. CLIN 0001 NSN: 1660-01-522-7140 P/N 3261093-0204 b. CLIN 0002 OVER AND ABOVE (TO BE NEGOTIATED) c. CLIN 0003 DATA (NOT SEPARATELY PRICED) 3. Required Delivery referencing 2 above, a. CLIN's 0001: Delivery shall be 7 each 30 Days ARO/REPS until order is complete. (NOTE: The delivery schedule of 7 each 30 days ARO/REPS also applies to any option that may be exercised) b. As negotiated c. Based on delivery of CLIN's 0001 assets 4. If unit price exceeds $5,000.00 then UID requirements will apply Prospective vendors must comply with all the requirements of the solicitation and its attachments to be considered responsive. The Government does not intend to hold discussion but may hold discussion if it is deemed necessary. A THREE year requirements contract, consisting of one base-year and two option-years is contemplated. 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. IAW FAR 5.207(c)(15)(i) All responsible sources may submit a bid, proposal, or quotation which will be considered by the agency.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/OCALCCC/FA8118-10-R-0005/listing.html)
- Record
- SN02099668-W 20100325/100323235151-d262dfd62bdd24703992cb671da1c66f (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 |