SOLICITATION NOTICE
16 -- Pacer CRAG Warranty - Package #1
- Notice Date
- 11/2/2010
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 336413
— Other Aircraft Parts and Auxiliary Equipment Manufacturing
- Contracting Office
- Department of the Air Force, Air Force Materiel Command, Tinker OC-ALC - (Central Contracting), 3001 Staff Drive, Ste 1AG76A, Tinker AFB, Oklahoma, 73145-3015
- ZIP Code
- 73145-3015
- Solicitation Number
- FA8105-11-R-0001
- Archive Date
- 12/3/2010
- Point of Contact
- Vinita N. Chambers, Phone: 4057395802
- E-Mail Address
-
vinita.chambers@tinker.af.mil
(vinita.chambers@tinker.af.mil)
- Small Business Set-Aside
- N/A
- Description
- Performance Work Statement (PWS) The United States Air Force at Oklahoma City Air Logistics Center (OC-ALC) will procure Pacer CRAG Warranty services for the Turkish Air Force of the Line items cited below for a Firm Fixed Price contract. This is intended to be a sole source integration effort to Rockwell Collins Incorporated. (1) Action Code: Combined Synopsis/Solicitation (2) Date: 2 November (3) Year: 2010 (4) Contracting Office Zip Code: 73145 (5) Classification Code: 16-Aircraft components & accessories (6) Contracting Office Address: Tinker AFB, 3001 Staff Dr. Ste. 2AE1 92A (7) Subject: Pacer CRAG Warranty (8) Proposed Solicitation Number: FA8105-11-R-0001 (9) Closing Response Date: 2 December 2010 (10) Contact Point or Contracting Officer: Vinita Chambers, Buyer (11) Contract Award and Solicitation Number: TBD and FA8105-11-R-0001 (12) Contract Award Dollar Amount: TBD (13) Contract Line Item Number: CLIN 0001- The contractor shall provide an extended Warranty Management Plan (WMP) providing an additional three years of warranty coverage for Turkish Air Force Pacer CRAG Group B Line Replaceable Unit (LRU). The warranty plan also provides incentive to the contractor to improve reliability and maintainability (R&M) at no additional cost to the Government beyond the negotiated fixed warranty price. The Government will consider any (LRU) malfunction resulting in item removal and return to the contractor for repair/replacement to be warranted except as documented in the PWS and WMP. The warranty will apply even if the LRU re-tests no fault found at the contractor's facility. The contractor shall repair or replace, at no additional cost to the Government, all C/KC-135 Pacer CRAG Group "B" LRUs removed by the Government and returned to the contractor regardless of reason for or cause of the items' malfunction, excluding catastrophic loss, gross negligence, or items that are Beyond Economical Repair as defined in the PWS and WMP. The contractor will warrant all Group "B" free from defects in design, material, and workmanship, and fully operational in their intended environment in accordance with (IAW) specifications for the warranty set forth in the contract. Group "B" components include Group "B" LRUs listed in the PWS. The Group "B" LRU warranty period begins at contract award and ends on September 30, 2013. The PWS lists all Group "B" LRUs covered under this warranty plan. (14) Contract Award Date: TBD (15) Contractor: Rockwell Collins Incorporated (16) 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 document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 02 November 2010. Provision at 52.212-1, Instructions to Offerors-Commercial, Applies to this acquisition. Provision at 52.212-2 is not applicable to this acquisition; no evaluation procedures will be used. This will be an FMS sole source to Rockwell Collins. Provision at 52.212-3, Offeror Representation and Certifications, must be valid with contractor offer. Clause at 52.212-4, Contract Terms and Conditions-Commercial Items, applies to this acquisition. Clause at 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items, applies to this acquisition. (17) Place of Contract Performance: Rockwell Collins-Cedar Rapids. Delivery will be by freight. Acceptance will be at Rockwell Collins-Cedar Rapids. FOB point will be Destination. Period of Performance is three (3) years. (18) Set-aside Status: No set aside MANDATORY LANGUAGE: This will be an FMS sole source to Rockwell Collins per Letter of Offer and Acceptance (LOA) # TK-D-QAS. Based on market research, the Government is using the policies contained in FAR part 12, Acquisition of Commercial Items, in this solicitation for the described supplies and services. Note: 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 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. Export Control: N/A Buyers contact information: Dept of the Air Force- Oklahoma City Air Logistics Center Vinita Chambers, Contract Negotiator 3001 Staff Dr. Ste 2AE1 92A Tinker AFB, OK 73145-3020 (405) 739-5802 vinita.chambers@tinker.af.mil Other Information: Electronic procedure will be used for this solicitation. For the proposed contract action, the Government intends to solicit and negotiate with only one, or a limited number of sources under the authority of FAR 6.302-4, International Agreement.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/OCALCCC/FA8105-11-R-0001/listing.html)
- Record
- SN02320774-W 20101104/101102234053-4e2aed5d63dbb88a8ce8b5e1bbdf94e0 (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 |