SOLICITATION NOTICE
J -- REMANUFACTURE NSN 1650-00-760-8679, P/N 77191; B-52 HYDRAULIC SERVOVALVE
- Notice Date
- 10/13/2011
- Notice Type
- Presolicitation
- 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
- FA8118-12-R-0004
- Archive Date
- 9/28/2012
- Point of Contact
- David Zawisza, Phone: 405-739-5457
- E-Mail Address
-
david.zawisza@tinker.af.mil
(david.zawisza@tinker.af.mil)
- Small Business Set-Aside
- N/A
- Description
- All questions regarding this notice are to be submitted in writing via E-mail or Fax. All questions submitted to this office are subject to be posted in this notice along with the appropriate response(s). Vendor identities will not be disclosed. The Government intends to issue a solicitation on or about 28 Oct 2011with an estimated award date of on or about 23 Dec 2011. This notice does not in itself represent the issuance of a formal request for proposal and is not intended to be taken as such. Prospective vendors must comply with all the requirements of the solicitation and any attachments thereto to be considered responsive. The Government does not intend to hold discussions but may hold discussions if it is deemed necessary. Electronic procedures will be used for this solicitation. Based upon market research, the Government is not using policies contained in Part 12, Acquisition of Commercial Items, in its solicitation for the described supplies or services. However, interested parties may identify to the contracting officer their interest and capability to satisfy the Government's requirement with a commercial item within 15 days of this notice. 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 NUMBERFOR SOLICITATION REQUESTS. The requirements set forth in this notice are defined per Purchase Request FD2030-11-36388 as follows: 1. A Firm Fixed Priced, five-year requirements type contract consisting of a base year and four one-year options is contemplated. 2. This action is to be Sole Sourced to Parker Hannifin (Cage: 93835) as they are the only known qualified source possessing the necessary technical expertise, special tools, and test equipment required to accomplish the remanufacture. All responsible sources may submit a capability statement, proposal, or quotation, which shall be considered by the agency 3. Prequalification of sources is essential to maintain high quality and maximum operational safety. The requirements of FAR 9.202(a) apply. Sources must be qualified prior to being considered for award. Interested vendors that have not been previously approved for this acquisition must submit a Source Approval Request (SAR) package to the Source Development, Small Business Office @ 405-739-7243. As prescribed in FAR 9.202(e). The contracting officer need not delay a proposed award in order to provide a potential offeror with an opportunity to demonstrate its ability to meet the standards specified for qualification. 4. If unit price exceeds $5,000.00 then UID requirements will apply 5. The contractor shall provide all labor, facilities, equipment, and material to accomplish the remanufacture. The work encompasses the disassembly, cleaning, inspection, maintenance, re-assembly, testing, and finishing actions required to return the item to a like new condition in accordance with the solicitation requirements and all attachments. NOTE: Technical Order distribution is authorized to the DoD and U.S. DoD contractors only. Requests for this document shall be referred to the point of contact listed below. Contractor must submit a copy of their current, up-to-date, approved DD Form 2345 (Military Critical Technical Data Agreement). The Government is not responsible for untimely or misdirected requests. 6. List of applicable CLIN's **Numbering of CLINS is not specific but for informational purposes only** a. CLIN 0001: Remanufacture of B-52 Hydraulic Servovalve NSN: 1650-00-760-8679 P/N: 77191 Best Estimated Quantities Basic Yr: 32Ea Option I: 32Ea Option II: 32Ea Option III: 32Ea Option IV: 32Ea b. CLIN 0002: DATA (NOT SEPARATELY PRICED) c. CLIN 0003: OVER AND ABOVE (TO BE NEGOTIATED) 7. Required Delivery (referencing 6 above), a. CLIN 0001: 4 Ea due every 30 days ARO funded order and reps. b. CLIN 0002: Based on delivery of CLIN 0001 assets c. CLIN 0003: As negotiated All questions regarding this notice are to be submitted in writing via E-mail or Fax. All questions submitted to this office are subject to be posted in this notice along with the appropriate response(s). Vendor identities will not be disclosed.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/OCALCCC/FA8118-12-R-0004/listing.html)
- Record
- SN02606538-W 20111015/111013234133-80ba7abe3378625edf34d768ec511f0f (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 |