SOLICITATION NOTICE
30 -- GEARSHAFT, SPUR, AMC2C, 3040015488226NZl, 4081841
- Notice Date
- 2/2/2012
- Notice Type
- Presolicitation
- NAICS
- 336412
— Aircraft Engine and Engine Parts Manufacturing
- Contracting Office
- DEFENSE LOGISTICS AGENCY; DLR PROCUREMENT OPS DSCR-ZBA;3001STAFF DRIVE; TINKER AFB; OK; 73145
- ZIP Code
- 73145
- Solicitation Number
- SPRTA1-12-R-0194
- Response Due
- 3/19/2012
- Point of Contact
- Deborah Teubert, Phone 405-734-8118, Fax 405-734-8129, Emaildeborah.teubert@tinker.af.mil
- E-Mail Address
-
Deborah Teubert
(deborah.teubert@tinker.af.mil)
- Small Business Set-Aside
- N/A
- Description
- SynopsisFD2030-12-70271 1.Estimated solicitation issue date 17 Feb 12 estimatedsolicitation response date 19 Mar 12 2.RFP #: SPRTA1-12-R-0194 3.PR#: FD2030-12-70271 4.Nomenclature/Noun: Spur Gearshaft 5.NSN: 3040-01-548-8226NZ 6.PN: 4081841 7.Application (Engine or Aircraft): F100 Engine 8.AMC: 2C 9.History: 31 Aug 2011, SPRTA1-09-G-0001-0261 for a quantity of254 each 10.Description/Function: Transmits power from the starter to thegearbox to start the engine providing power to other units andaccessories. 11.Dimensions: 12" (L) x 7" (W) and weighs 2 (LB) 12.Material: Steel 13.Qualified Sources: Pratt & Whitney (Cage Code 52661/77445) 14. Qualification Requirements: Applicable 15.First Article: Applicable 16.Export Control: Applicable 17.Small Business Set-Aside: Not Applicable 18.Award Type: Firm Fixed-Price Fixed-Quantity FFP/FQ Sole Source 19.Total Line Item(s) Quantity: L/I 0001 - 44 each with MIN 1 andMAX 44 20.Required Delivery: 44 each total, MIN 1/MAX 44 with 20 eachmonthly beginning 29 Feb 2012. Destination: SW3211 21. Mandatory Language: In accordance with FAR 5.207(c)(15)(ii), all responsible sources maysubmit a capability statement proposal or quotation which shall beconsidered by the agency. This acquisition involves technology that has a military or spaceapplication. The extent of foreign participations has not yet beendetermined. Nothing in this notice contradicts other restrictions,identified in the synopsis notice or solicitation regarding eligiblesources (e.g., if this is a small business set aside, foreign sourcesmay not participate as potential prime contractor but could, ifotherwise eligible, participate as subcontractors). Foreign owned firmsare advised to contact the contracting officer or program manager beforesubmitting a proposal to determine whether there are restrictions onreceiving an award. Based upon market research the Government is not using the policiescontained in FAR 12, Acquisition of Commercial Items in its solicitationfor the described supplies or services. However, interested persons mayidentify to the contracting officer their interest and capability tosatisfy the Governments requirement with a commercial item within 15days of this notice. Government's obligation under this contract is contingent upon theavailability of appropriated funds from which payment for contractpurposes can be made. No legal liability on the part of the Governmentfor any payment may arise until funds are made available to theContracting Officer for this contract and until the Contractor receivesnotice of such availability to be confirmed in writing by theContracting Officer. Electronic procedures will be used for this solicitation. Hard copiesof the solicitation will not be sent from this office. The solicitationwill be available for download only at www.fbo.gov. Request for writtenquotation will be issued. Only written or faxed requests receiveddirectly from the requestors are acceptable. The anticipated award willbe 90 days after the issuance of this notice Authority: 10 U.S.C. 2304(c)(1), Justification: Supplies or Servicesrequired are available from only one or a limited number of responsiblesource(s) and no other type of supplies or services will satisfy agencyrequirements. The proposed contract action is for supplies and servicesfor which the Government intends to solicit and negotiate with only oneor a limited number of sources under the authority of FAR 6.302. It is suggested that small business firms or others interested insubcontracting opportunities in connection with the describedprocurement make contact with the firm(s) listed. Award will be made only if the offeror, the product/service, or themanufacturer meets qualification requirements at the time of award inaccordance with FAR 52.209-1. AWARD WILL NOT BE WITHHELD AWAITINGQUALFICATION. Potential sources are not to utilize intellectualproperty developed by the Original Equipment Manufacturer (OEM) or anythird party. IAW 6.302-1 all responsible sources may submit a bid,proposal, or quotation which shall be considered by the agency. For qualification information/source approval request contact JamesMcNeil, DLA-Aviation/AOB at extension (405) 739-9641. Written procedurewill be used for this solicitation. No telephone requests. Onlywritten or faxed requests received directly from the requestors areacceptable. Note: While price will be a significant factor in theevaluation of offers, the final contract award may be based on acombination of price, technical capability, and past performancesdetailed in the solicitation. Note: An Ombudsman has been appointed to hear concerns from Offerors orpotential Offerors during the proposal development phase of thisacquisition. The purpose of the Ombudsman is not to diminish theauthority of the program director or contracting officer, but tocommunicate contractor concerns, issues, disagreements, andrecommendations to the appropriate government personnel. When requested,the Ombudsman will maintain strict confidentiality as to source of theconcern. The Ombudsman does not participate in the evaluation ofproposals or in the source selection process. Interested parties areinvited to call the Ombudsman at (405) 736-8253. DO NOT CALL THISNUMBER FOR SOLICITATION REQUESTS. 22. UID: If unit price exceeds $5,000.00 then UID requirementswill apply. 23. Small Business Set-Aside. Not applicable 24. Point of contact: DLA-Aviation/AOAC, Deborah Teubert, (405)734-8118
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/OCALCCC/SPRTA1-12-R-0194/listing.html)
- Record
- SN02666660-W 20120204/120202235212-3b5402cb33b176f0d083275dfe8d60e1 (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 |