Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 17, 2012 FBO #3737
SOLICITATION NOTICE

28 -- Compressor Liner

Notice Date
2/15/2012
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
336412 — Aircraft Engine and Engine Parts Manufacturing
 
Contracting Office
Department of the Air Force, Air Force Materiel Command, Tinker AFB - OC-ALC/PKO, 7858 5th Street Ste 1, Tinker AFB, Oklahoma, 73145-9106, United States
 
ZIP Code
73145-9106
 
Solicitation Number
FD20301200082
 
Archive Date
3/16/2012
 
Point of Contact
Trina A. Ingram, Phone: 4057344618
 
E-Mail Address
trina.ingram@tinker.af.mil
(trina.ingram@tinker.af.mil)
 
Small Business Set-Aside
N/A
 
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 United States Air Force through Global Logistics Support Center (GLSC) at Oklahoma City Logistics Center (OC-ALC) is contemplating to procure a onetime spares of the Line Items cited below for a Firm Fixed Price (FFP) commercial contract. This is a sole source effort to CFM International, 111 Merchant St Cincinnati, OH 45246, and Cage code: 58828. 1. Combined Synopsis/Solicitation issue date: 15 Feb. 2012 2. Estimated closing date: 15 March 2012 3. RFP# - FD20301200082 4. PR# - FD20301200082 5. Nomenclature/Noun - Compressor Liner 6. NSN - 2840-01-187-8183 7. PN - 1282M43P02 8. Application (Engine or Aircraft) - F108 9. AMC - 3/Z 10. History - Last procured 29 Nov. 2006, Contract # FA8104-04-G-0001-0157, estimated unit price < $2,200.00, quantity 7 each 11. Description: Length: 8 in, Width 2 in, Height 2 in, Weight 1 lb, Item Material - Titanium, Item Function - Blade strip rub and airflow path 12. Small Business Set Aside: No 14. Offers as to price are to be made for the Best Estimated Quantity (BEQ). Offers made on any minimum or maximum quantities will be disregarded. This solicitation is for a Range PR with a Minimum of 21 each and a Maximum of 125 each. The BEQ for this requirement is 83 each. Revalidation of the Quantity will be required prior to award. NO ORDERS WILL BE PLACED AGAINST THIS CONTRACT. Line item 0001 - New Manufactured Parts Quantity - 83 each Line item 0002 - Surplus Parts Quantity - 83 each Government and/or Commercial surplus material shall be new/unused material only. 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. 15. Required Delivery - 10 EA Monthly beginning on or before 29 June 2012. 16. Shipping: FOB: Origin Ship To: SW3211 CEN REC 3301 F AVE Bldg 506 Door 22 Tinker AFB, OK 73145 United States Mark for: Acct 09 Inspection: Origin Acceptance: Origin 16. Packaging: Shall be in accordance with the CFMI BOA # SPRTA1-11-G-0001 15. Type of Contract: FFP 16. Qualification Requirements: No 16. Mandatory Language: Notes - 22 (http://www.fbodaily.com/fbo/notes.html) 17. Export Control - No 18. Trina Ingram, 405-734-4618, trina.ingram@tinker.af.mil The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Regulation. The provision at 52.212-1, Instructions to Offerors-Commercial applies to this acquisition. Paragraph (c), offeror agrees to hold prices valid for a period of one hundred and twenty (120) days. The provision at 52.212-2, Evaluation -- Commercial Items applies to this acquisition and the specific evaluation criteria to be included in paragraph (a) of that provision. Evaluation Factors: Order of Importance: Price or Cost 1 Past Performance 3 Technical 2 14. The following clauses apply to this acquisition: Offerors are to include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications -- Commercial Items, with its offer. 52.212-4, Contract Terms and Conditions -- Commercial Items, applies to this acquisition and a statement regarding any addenda to the clause. 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders -- Commercial Items, applies to this acquisition and a statement regarding which, if any, of the additional FAR clauses cited in the clause are applicable to the acquisition. 52.212-5 (Dev) Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (Deviation) 52.222-3 Convict Labor 52.222-19 Child Labor-Cooperation with Authorities and Remedies 52.222-21 Prohibition of Segregated Facilities 52.222-26 Equal Opportunity 52.222-36 Affirmative Action for Workers with Disabilities 52.222-50 Combat Trafficking Persons 52.232-33 Payment by electronic funds Transfer-Central Contracting Registration 52.233-3 Protest after award 52.233-4 Applicable Law for Breach of Contract 52.247-29 FOB Origin 52.247-65 FOB Origin, Prepaid Freight, Small Package Shipment 252.203-7000 Requirements relating to compensation of former DoD Officials 252.212-7001 (Dev) Contract terms and conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items (Deviation) 252.225-7000 Buy American Act- Balance of Payments Program Certificate 252.225-7001 Buy American Act-Balance of Payments Program 252.232-7003 Electronic Submission of payment Requests 252.232-7010 Levies on Contract Payments 252.247-7023 Transportation by Sea 252.247-7023 Alt III Transportation of Supplies by Sea Wide Area Work Flow Clause This contract contains DFARS Clause 252.232-7003, Electronic Submission of Payment Requests. This clause requires invoices for supplies and services purchased by the DoD be submitted via electronic means. The Wide Area Workflow (WAWF) system satisfies this mandatory requirement. WAWF can be accessed on the internet at https://wawf.eb.mil/. SURPLUS PARTS 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. This statement applies to Line Item 0002. PRIOR GOVERNMENT OWNERSHIP OF ITEMS Items that were previously owned by the Government must be evidenced by the item marking contained on the original shipping containers or nameplate. This statement applies to Line Item 0002. PART NUMBER VERIFICATION Items must be of the correct part number, 1282M43P02, and must have been manufactured by GE or Unison. This statement applies to line item 0002 VERIFIABLE DIMENSIONS Items furnished must meet all dimensions, which are verifiable without disassembly: This statement applies to line item 0002.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/OCALCBC/FD20301200082/listing.html)
 
Place of Performance
Address: Building 3001 Post Location 1AG199A, Tinker AFB, Oklahoma, 73145, United States
Zip Code: 73145
 
Record
SN02676096-W 20120217/120215234707-f2ab8cf8cd53e9f107267420fc98acce (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.