Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 11, 2011 FBO #3394
MODIFICATION

28 -- LINER,COMPRESSOR CO

Notice Date
3/9/2011
 
Notice Type
Modification/Amendment
 
NAICS
336412 — Aircraft Engine and Engine Parts Manufacturing
 
Contracting Office
DEPARTMENT OF THE AIR FORCE; BLDG 3001 SUITE 2AH82A; TINKER AFB; OK; 73145
 
ZIP Code
73145
 
Solicitation Number
FA8122-11-Q-0003
 
Response Due
2/11/2011
 
Archive Date
8/27/2012
 
Point of Contact
Mark A. Melendez, Phone: 4057344616, Rondie Thornton, Phone: 4057344634
 
E-Mail Address
mark.melendez@tinker.af.mil, rondie.thornton@tinker.af.mil
(mark.melendez@tinker.af.mil, rondie.thornton@tinker.af.mil)
 
Small Business Set-Aside
Total Small Business
 
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. This solicitation document, incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-24 dated 28 Feb 08. The Purchase Request number is FD2030-11-80756. The solicitation number is for FA8122-11-Q-0003. The solicitation is a request for quote (RFQ). Proposals will be received at the issuing office until 3:00 PM Central Standard Time on 11 February 2011. Anticipated award date will be 25 February 2011. The proposed contract is 100% set aside for small business concerns. This is an URGENT requirement. Current Qualified Sources are General Electric Company (Cage 07482), Cincinnati, OH, CFM International Incorporated (Cage 58828), Cincinnati, OH, General Tool company (Cage 96454), Cincinnati, OH, Electro-Methods Incorporated (Cage 33617), South Windsor, CT, ABA Industries Incorporated (Cage 26795), Cincinnati, OH, and LPI Industries Corporation (Cage 13779), Hollywood, FL. All Qualified Small Businesses may submit a proposal that shall be considered. Award will be made only if the offeror, the product/service or the offeror meets qualification requirements at the time of award IAW FAR clause 52.209-1 (full text listed below). Contract award will not be delayed to allow an offeror completion of qualification requirements/process. Interested persons may identify their interest and capability to respond to the requirement or submit proposals. This solicitation document incorporates provisions and clauses that are in effect in the Federal Acquisition Regulations and supplements on the date the solicitation is issued. The North American Industry Classification System Code (NAICS) is 336412. Export controlled - 'FOREIGN OWNED FIRMS ARE ADVISED TO CONTACT THE CONTRACTING OFFICER/BUYER BEFORE SUBMITTING A PROPOSAL TO DETERMINE WHETHER THERE ARE RESTRICTIONS ON RECEIVING AN AWARD'. Technical Engineering Data Package for this RFQ is available at www.fbo.gov. The Contractor is required to be 'Export Controlled' certified to receive and view the drawings for this combined synopsis/solicitation. To become certified, register at the website www.dlis.dla.mil/jcp (for guidance, go to FAQ). The United States Air Force through Global Logistics Support Center (GLSC) at Oklahoma City Logistics Center (OC-ALC) is contemplating to procure spares of the Line Items cited below for a Firm Fixed Price (FFP) Requirements contract. Line Item 0001; NSN: 2840-01-187-3059PN; P/N 9992M74G21 Noun: Liner, Compressor Quantity: 677 EA. Required Delivery: 200 EA Monthly beginning Delivery start 01-March-2011. Line Item 0002 Surplus Parts Quantity 677 EA. Required Delivery: 200 EA Monthly beginning Delivery start 01-March-2011. Government and/or Commercial surplus material shall be new/unused material only, acceptance inspection shall be conducted at destination facility. Commercial off the shelf (COTS) surplus parts, supplied by surplus vendor shall have the original FAA Form 8130-3 or Certificate of Conformance with appropriate documentation annotated by the OEM's manufacturing source. An incomplete, altered or incorrect FAA 8130-3 and/or Certificate of Conformance are unacceptable as an Airworthiness Release Record. Dimensions shall be inspected and verified by the Government. See Surplus Parts in Clauses Section of the RFQ. Government surplus must have been previously owned by the Government. SURPLUS PARTS (This statement applies to Line Item 0002) ACCEPTABLE NEW AND UNUSED SURPLUS MATERIAL New and unused material is acceptable provided it has never been installed or used. It shows no signs of rust, corrosion, or other deterioration due to age or improper packaging/preservation. It has not been reconditioned and shows no evidence of disassembly or reassembly. No commercially repaired, reconditioned or modified surplus COTS material will be authorized and/or acceptable for use in Military F108-CFM56-2B engines. No FAA-PMA manufactured new/unused replacement parts that were approved for production under these methods, FAA designees: DER, DOA, DAS is allowed, unless specifically approved SAR package or 537ACSS Engineering approval prior to acceptance inspection. PMA P/N's are identified with either prefix/suffix to differentiate from OEM P/N and are not acceptable without prior approval. ATA Spec 106 is not an FAA acceptable form for surplus material. Inspection and Acceptance of Line Item 0001 and Line Item 0002 shall be FOB Origin. Inspection and Acceptance Report is WAWF. Applicable to F108 Engine, KC-135R Aircraft. Ship To: SW3211 DEF DISTRIBUTION DEPOT OF OKLAHOMA CEN REC 3301 F AVE Bldg 506 Door 22 Tinker AFB, OK 73145 United States Packaging Requirements: Items shall be packed in accordance with MIL-STD-2073-1 D, Standard Practice for Military Packaging. Military Packaging and Marking applies. Shipping and storage markings shall be in accordance with MIL-STD-129 P, Standard Practice for Military Marking. Military Packaging Requirement: QUP - 001; ICQ - AAA; PRES METH - 10; CD - 1; PRES MTL - 00; WRAP MTL - 00; CUSH DUNN - LC; CT - X; UNIT CONT - DA; INT CONT - EC; UCL - 0; SPEC MKG - 00; UNIT PACK WEIGHT -.50; UNIT PACK SIZE: LENGTH - 1.8; WIDTH - 1.0; DEPTH - 7.8; UNIT PACK CUBE: WHOLE CUBE -.008; OPI - O. DESCRIPTION: The HPC Forward Stator Stage 4 liner is a compressor airflow device. Function is to provide the stage 4 flowpath and the blade tip rub contact for the stage 4 blades. The dimensions are approximately 5.5 inches in length and 1.25 inches wide and.5 inches radius. Actual dimensions unavailable due to lack of engineering drawings. Material consists of Titanium with METCO plasma coating on the blade rub land. AMC: 1/C. Electronic procedures will be used for this solicitation through FedBizOpps at http://www.fbo.gov. The following FAR provisions and clauses apply to this solicitation and are incorporated by reference. FAR 52.203-6 Restrictions on Subcontractor Sales to the Government (Sep 2006), with Alternate I (Oct 1995), (41 U.S.C. 253g and 10 U.S.C. 2402)FAR 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards (Jul 2010)FAR 52.209-7 Information Regarding Responsibility Matters (Apr 2010)FAR 52.209-8 Updates of Information Regarding Responsibility Matters (Deviation) (Oct 2010)FAR 52.211-14 -- Notice of Priority Rating for National Defense, Emergency Preparedness, and Energy Program Use. (Apr 2008);FAR 52.211-15 -- Defense Priority and Allocation Requirements (Apr 2008)FAR 52.212-1 -- Instructions to Offerors -- Commercial Items (Jun 2008)FAR 52.212-2 -- Evaluation -- Commercial Items (Jan 1999)FAR 52.212-3, Offerors, Representations and Certifications-Commercial Items (Jan 2011) A completed copy of the Offeror Representations and Certifications must be included with the proposal unless the offeror is registered in ORCA; FAR 52.212-4, Contract Terms and Conditions-Commercial Items (Jun 2010); FAR 52.212-5, Contract Terms and Conditions Required to Implements Statues or Executive Orders-Commercial Items (Jan 2011); FAR 52.219-6 Notice of Total Small Business Set-Aside (June 2003) (15 U.S.C. 644)FAR 52.219-8 Utilization of Small Business Concerns (Dec 2010) Deviation (Nov 2009)FAR 52.219-9 Small Business Subcontracting Plan (Oct 2010) and Alt II (Oct 2001); FAR 52.219-14 Limitations on Subcontracting (Dec 1996) (15 U.S.C. 637(a)(14))FAR 52.219-16 Liquidated Damages-Subcontracting Plan (Jan 1999); FAR 52.219-28 Post Award Small Business Program Rerepresentation (Apr 2009)FAR 52.222-19 Child Labor-Cooperation with Authorities and Remedies (Jul 2010)FAR 52.222.21 Prohibition of Segregated Facilities (Feb 1999); FAR 52.222-26, Equal Opportunity (Mar 2007); FAR 52.222-35 Equal Opportunity for Veterans (Sep 2010)FAR 52.222-36, Affirmative Action for Workers with Disabilities (Oct 2010); FAR 52.222-37, Employment Reports on Veterans (Sep 2010); FAR 52.222-50 Combating Trafficking in Persons (Feb 2009); FAR 52.222-99 Notification of Employee Rights Under the National Labor Relations Act (Jun 2010) DeviationFAR 52.223-18 Contractor Policy to Ban Text Messaging While Driving (Sep 2010)FAR 52.225-3 Buy American Act -- Free Trade Agreements--Israeli Trade Act (Jun 2009) One or more of the items under this acquisition is subject to Free Trade Agreements.FAR 52.225-13 Restriction on Certain Foreign Purchases (Jun 2008); FAR 52.225-18 Place of Manufacture (Sep 2006)FAR 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration (Oct 2003); FAR 52.237-11 Accepting and Dispensing of $1 Coin (Sep 2008); FAR 52.246-11 Higher-Level contract Quality Requirement (Feb 1999) ISO 9001-2000 IAW PWS Para 1.6 (24 Apr 2008); FAR 52.246-16 Responsibility for Supplies (Apr 1984)FAR 52.247-1 Commercial Bill of Lading Notations (Feb 2006)FAR 52.247-30 F.O.B. Origin, Contractor's Facility (Feb 2006)FAR 52.247-47 Evaluation - F.O.B. Origin (Jun 2003)FAR 52.247-65 F.O.B. Origin, Prepaid Freight - Small Package Shipments (Jan 1991)FAR 52.252-4, Alterations in Contract (Apr 1984); DFARS 252.203-7000 Requirements Relating to Compensation of Former DoD Officials (Jan 2009)DFARS 252.203-7002 Requirement to Inform Employees of Whistleblower Rights (Jan 2009)DFARS 252.204-7008 Export-controlled Items (Apr 2010)DFARS 252.205-7000 Provision of Information to Cooperative Agreement Holders (Dec 1991)DFARS 252.211-7003 Item Identification and Valuation (Aug 2008)DFARS 252.212-7001, Contract Terms and Conditions Required to Implements Statues or Executive Orders Applicable to Defense Acquisitions of Commercial Items (Dec 2010) DFARS 252.225-7000, Buy American Act-Balance of Payments Program Certificate (Dec 2009); DFARS 252.225-7001, Buy American Act and Balance of Payments Program (Jan 2009); DFARS 252.225-7002 Qualifying Country Sources as Subcontractors (Apr 2003)DFARS 252.225-7012 Preference for Certain Domestic Commodities (Jun 2010)DFARS 252.225-7008 Restriction on Acquisition of Specialty Metals (Jul 2009)DFARS 252.225-7009 Restriction on Acquisition of Certain Articles Containing Specialty Metals (Jul 2009)DFARS 252.225-7028, Exclusionary Policies and Practices of Foreign Government (Apr 2003)DFARS 252.226-7001 Utilization of Indian Organizations, Indian-Owned Economic Enterprises, and Native Hawaiian Small Business Concerns (Sep 2004)DFARS 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports (Mar 2008)DFARS 252.232-7010 Levies on Contract Payments (Dec 2006)DFARS 252.243-7002 Requests for Equitable Adjustment (Mar 1998)DFARS 252.247-7023 Transportation of Supplies by Sea (May 2002)5352.201-9101 Ombudsman (Apr 2010) (IAW AFFARS 5301.9103) CLAUSE INCORPORATED BY FULL TEXT FAR 52.209-1 Qualification Requirements (Feb 1995)(a) Definition. 'Qualification requirement,' as used in this clause, means a Government requirement for testing or other quality assurance demonstration that must be completed before award.(b) One or more qualification requirements apply to the supplies or services covered by this contract. For those supplies or services requiring qualification, whether the covered product or service is an end item under this contract or simply a component of an end item, the product, manufacturer, or source must have demonstrated that it meets the standards prescribed for qualification before award of this contract. The product, manufacturer, or source must be qualified at the time of award whether or not the name of the product, manufacturer, or source is actually included on a qualified products list, qualified manufacturers list, or qualified bidders list. Offerors should contact the agency activity designated below to obtain all requirements that they or their products or services, or their subcontractors or their products or services, must satisfy to become qualified and to arrange for an opportunity to demonstrate their abilities to meet the standards specified for qualification. OC-ALC/BC ATTN: SOURCE DEVELOPMENT OFICE 3001 STAFF DRIVE STE 1AG85A TINKER AIR FORCE BASE, OK 73145-3009 405-739-7244 OR 405-739-7243 (c) If an offeror, manufacturer, source, product or service covered by a qualification requirement has already met the standards specified, the relevant information noted below should be provided.Offeror's Name _______________________________Manufacturer's Name __________________________Source's Name _______________________________Item Name __________________________________Service Identification __________________________Test Number ______________________________ (to the extent known)(d) Even though a product or service subject to a qualification requirement is not itself an end item under this contract, the product, manufacturer, or source must nevertheless be qualified at the time of award of this contract. This is necessary whether the Contractor or a subcontractor will ultimately provide the product or service in question. If, after award, the Contracting Officer discovers that an applicable qualification requirement was not in fact met at the time of award, the Contracting Officer may either terminate this contract for default or allow performance to continue if adequate consideration is offered and the action is determined to be otherwise in the Government's best interests.(e) If an offeror, manufacturer, source, product or service has met the qualification requirement but is not yet on a qualified products list, qualified manufacturers list, or qualified bidders list, the offeror must submit evidence of qualification prior to award of this contract. Unless determined to be in the Government's interest, award of this contract shall not be delayed to permit an offeror to submit evidence of qualification.(f) Any change in location or ownership of the plant where a previously qualified product or service was manufactured or performed requires reevaluation of the qualification. Similarly, any change in location or ownership of a previously qualified manufacturer or source requires reevaluation of the qualification. The reevaluation must be accomplished before the date of award.52.212-2 EVALUATION--COMMERCIAL ITEMS (Jan 1999) (a) The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate the offers: 1. Technical capability of the item offered to meet the Government requirement2. Past Performance 3. Cost/Price Technical and past performance, when combined are approximately equal to cost or price. (b) A written notice of award or acceptance of an offer mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer's specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. The full text of any clause can be found at: http://farsite.hill.af.mil. Please submit proposals no later than 3:00 PM Central Standard Time on 11 February 2011 to the following emails listed below: Rondie Thornton rondie.thornton@tinker.af.milPhone 405-734-4634 Fax 405-739-3462 and Rebecca Hall rebecca.hall@tinker.af.mil Phone 405-739-4405 Fax 405-739-3462 Added: <input type="hidden" name="dnf_class_values[procurement_notice][description][1][added_on]" value="2011-02-11 14:57:51">Feb 11, 2011 2:57 pm Modified: <input type="hidden" name="dnf_class_values[procurement_notice][description][1][modified_on]" value="2011-03-09 15:11:39">Mar 09, 2011 3:11 pm Track Changes As follows, the purpose of this Amendment 01 is to change the Combined Synopsis/Solicitation. FIRST: The quantity for L/I 0001 is increased FROM: 677 each TO: 962 each, BY: 285 each. SECOND: The Government's required deliver start date is changed FROM: 01 Mar 2011 TO: 31 Mar 2011. THIRD: The closing date is changed FROM: 11 Feb 11 TO: 25 Feb 11. FOURTH: Except as provided herein, all other terms and conditions remain the same and in full force and effect. As follows, the purpose of this Amendment 02 is to re-open this combined synopsis/solicitation FA8122-11-Q-0003. FIRST: The Government's required delivery start date is changed FROM: 31 Mar 2011 TO: 15 May 2011. SECOND: The offer due date is hereby extended FROM: 25 Feb 11 TO: 16 Mar 11. THIRD: Except as provided herein, all other terms and conditions remain the same and in full force and effect.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/OCALCCC/FA8122-11-Q-0003/listing.html)
 
Record
SN02396659-W 20110311/110309234334-087f099f8ba2ea79a33f1583437e5c75 (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 |
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.