SOLICITATION NOTICE
16 -- CYLINDER ASSEMBLY,A
- Notice Date
- 3/29/2010
- Notice Type
- Presolicitation
- NAICS
- 336413
— Other Aircraft Parts and Auxiliary Equipment Manufacturing
- Contracting Office
- DEFENSE LOGISTICS AGENCY; DLR PROCUREMENT OPS DSCR-ZBA;3001STAFF DRIVE; TINKER AFB; OK; 73145
- ZIP Code
- 73145
- Solicitation Number
- SPRTA1-10-R-0371
- Response Due
- 4/30/2010
- Point of Contact
- Kathy Travis, Phone 405-739-5408, Fax 000-000-0000, Emailkathy.j.travis@tinker.af.mil
- E-Mail Address
-
Kathy Travis
(kathy.j.travis@tinker.af.mil)
- Small Business Set-Aside
- N/A
- Description
- A-10 - CYLINDER ASSEMBLY PR: 10-70148-01 - RFP: SPRTA1-10-R-0371 - (PREVIOUSLY SYNOPSIZED UNDERSPRTA1-09-R-0721) 1. Estimated Issue Date: 30-MAR-10; Estimated Response Date: 30-APR-10 2. Request for Proposal (RFP#): SPRTA1-10-R-0371 3. PR Number(s): FD2030-10-70148-01 4. NOUN: CYLINDER ASSEMBLY 5. NSN: 1650-01-012-6761 6. P/N: 2751541 7. Applicable to: A-10 8. Acquisition Method Code (AMC): 3P 9. Description: NEW MANUFACTURED MATERIAL - NEW/UNUSED GOVERNMENTSURPLUS MAY BE CONSIDERED: SOLE SOURCE: The items, estimatedquantities and required deliveries are as follows: PR Number(s): FD2030-10-70148-01 Item: 0001 NEW MANUFACTURED MATERIALNSN: 1650010126761 CYLINDER ASSEMBLY, A P/N: 2751541, Description: Dimensions: 20.5 inches long and 4.1 inches in diameter;material: Aluminum alloy steel; function: Provides the stationaryattach point of the aileron actuator. Best Estimated Qty: 159.0000 EA Applicable to: A-10 Destn: FB2029,HILL AFB,UT.,84056-5713. Delivery: 31 MAY 2011, 80.00 Item: 0002 NEW/UNUSED GOVERNMENT SURPLUSNSN: 1650010126761 CYLINDER ASSEMBLY, A P/N: 2751541, Description: Dimensions: 20.5 inches long and 4.1 inches in diameter;material: Aluminum alloy steel; function: Provides the stationaryattach point of the aileron actuator. Quantity: 80.0000 EA Applicable to: A-10 Destn: FB2029,HILL AFB,UT.,84056-5713. Delivery: *30 Calendar Days, 80.00 A THREE YEAR (3 YR) REQUIREMENTS CONTRACT IS CONTEMPLATED. ANYRESULTANT CONTRACT SHALL BE IN EFFECT FROM THE EFFECTIVE DATE OF THECONTRACT THRU A 3 YEAR (36 MONTH) PERIOD. THE QUANTITIES LISTED BELOW ARE ONLY ESTIMATES. THERE ARE NO GUARANTEEDQUANTITIES FOR A REQUIREMENTS CONTRACT. **Best Estimated Year I Quantity:80each; **Best Estimated Year II Quantity:40each; **Best Estimated Year III Quantity:39each; **Estimated Maximum Contract Quantity: 239each; **Estimated Maximum Order Quantity: 80 each; 10. To: PARKER HANNIFIN., Cage Code 82106; The proposed contract actionis for supplies or services for which the Government intends to solicitand negotiate with only one source under the authority of FAR 6.302.Interested persons may identify their interest and capability to respondto the requirement or submit proposals. This notice of intent is not arequest for competitive proposals. However, all proposals receivedwithin forty-five days (thirty days if award is issued under an existingbasic ordering agreement) after date of publication of this synopsiswill be considered by the Government. A determination by theGovernment not to compete with this proposed contract based uponresponses to this notice is solely within the discretion of theGovernment. Information received will normally be considered solely forthe purpose of determining whether to conduct a competitive procurement. IAW FAR 5.207(c)(13)(ii), All responsible sources may submit acapability statement, proposal, or quotation, which shall be consideredby the agency. 12. Export Control: NO; 13. The solicitation will be available for download on the release datefrom www.fedbizops.gov. No telephone requests. Hardcopies of thesolicitation will not be sent from this office. Questions concerningthis synopsis or subsequent solicitation can be directed to Kathy Travisat (405) 739-5408 or email kathy.j.travis@tinker.af.mil. While pricewill be a significant factor in the evaluation of offers, the finalcontract award decision may be based upon a combination of price andtechnical factors as detailed in the solicitation. Note: An Ombudsmanhas been appointed to hear concerns from offers or potential offerorsduring the proposal development phase of this acquisition. The purposeof the Ombudsman is not to diminish the authority of the programdirector or contracting officer, but to communicate contractor concerns,issues, disagreements, and recommendations to the appropriate governmentpersonnel. When requested, the Ombudsman will maintain strictconfidentiality as to source of the concern. The Ombudsman does notparticipate in the evaluation of proposals or in the source selectionprocess. Interested parties are invited to call the Ombudsman at (405)739-9073. DO NOT CALL THIS NUMBER FOR SOLICITATION REQUESTS. Electronic procedure will be used for this solicitation. To: PARKER-HANNIFIN CORPORATION, IRVINE, CA.,92618-1814.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/OCALCCC/SPRTA1-10-R-0371/listing.html)
- Record
- SN02105940-W 20100331/100329235514-77001142480fbc8ec5ed07008015a17f (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 |