SOLICITATION NOTICE
28 -- Vane, Compressor, Air - Attachment 2 - Contract Clauses - Attachment 1 - Transportation Data
- Notice Date
- 7/23/2012
- 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 OC-ALC - (Central Contracting), 3001 Staff Drive, Ste 1AG76A, Tinker AFB, Oklahoma, 73145-3015
- ZIP Code
- 73145-3015
- Solicitation Number
- FA8122-12-R-0028
- Point of Contact
- Keri E. Sampson, Phone: 4057395462, Trina A. Ingram, Phone: 4057394988
- E-Mail Address
-
keri.sampson@tinker.af.mil, trina.ingram@tinker.af.mil
(keri.sampson@tinker.af.mil, trina.ingram@tinker.af.mil)
- Small Business Set-Aside
- N/A
- Description
- Transportation Data DD FORM 1653 Contract Clauses/Mandatory Language 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), Tinker AFB 73145 is contemplating to procure spares of the Line Items cited below for a Firm Fixed Price (FFP) contract. This is a sole source effort to CFM International, 111 Merchant St Cincinnati, OH 45246, and Cage code: 58828. 1. Combined Synopsis/Solicitation close date: 22 August 2012 at 3:00pm central time 2. Solicitation #- FA8122-12-R-0028 is issued as a Request for Proposal (RFP). 3. Nomenclature/Noun - Vane, Compressor, Air 4. NSN - 2840-01-187-3160 PN 5. P/N - 9526M65G18 6. Application (Engine or Aircraft) - F108 Engine 7. AMC - 3Z 8. History - Last award SPRTA1-11-G-0001-BZA5, awarded 11 Apr 2012, Quantity 35 9. NAICS - 336412 10. Description: Vane, Compressor, Air: The Vanes are fabricated into segments consisting of several vanes and have removable honeycomb shrouds attached to inner bands. Dimensions and material content are unknown due to lack of engineering data. The item directs air through the compressor rotor from one stage to another. Note: This solicitation contemplates an award of a Commercial Firm Fixed Price (FFP) type contract. Note: Offers as to price are to be made for the Quantity listed. This solicitation is for a Range PR with a Minimum of 27 each and a Maximum of 162 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 Best Estimated Quantity (BEQ): 119 each Min 27/Max 162 Revalidation of quantity will be required prior to award. Line Item 0002: Surplus Parts Best Estimated Quantity (BEQ): 119 each Min 27/Max 162 Revalidation of quantity will be required prior to award 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. VERIFIABLE DIMENSIONS Items furnished must meet all dimensions, which are verifiable without disassembly: CFM International CAGE: 58828; P/N: 9526M65G18. This statement applies to Line Item 0002. PART NUMBER VERIFICATION Items must be of the correct part number, 9526M65G18, and must have been manufactured by CFM International CAGE: 58828. This statement applies to Line Item 0002. Surplus proposals must be able to provide the entire required quantity in order to be considered. All surplus requirements must be met in order for surplus to be considered for award. 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. Authorized Manufacturer's Cage Code: 58828, Part Number: 9526M65G18. Dimensions shall be inspected and verified by the Government. See Surplus Parts in Clauses Section of the RFP. 11. Delivery: 40 each - On or Before: 01 NOV 2012 40 each - On or Before: 01 DEC 2012 39 each - On or Before: 01 MAR 2013 12. Shipping: FOB: Origin Transportation: See attachment 1Transportation form DD 1653 dated 24 April 2012 Mark For: ACCT 09 Ship To: SW3211 DLA DISTRIBUTION DEPOT OF OKLAHOMA 3301 F AVE CEN REC Bldg 506 Door 22 Tinker AFB, OK 73145-8000 United States Inspection: Origin Acceptance: Origin Packaging shall be in accordance with BOA SPRTA1-11-G-0001 13. Mandatory Language: See Attachment 2 herein for incorporated provisions and clauses in effect for this solicitation. 14. Export Control N/A 15. Small Business Set Aside: N/A 16. Buyer name, phone#, and email address Keri Sampson Contract Negotiator (405) 739-5462 Keri.sampson@tinker.af.mil The proposed contract action is for supplies or services for which the Government intends to solicit and negotiate with only one source under the authority of FAR 6.302. Interested persons may identify their interest and capability to respond to the requirement or submit proposals. This notice of intent is not a request for competitive proposals. A determination by the Government not to compete with this proposed contract based upon responses to this notice is solely within the discretion of the Government. Information received will normally be considered solely for the purpose of determining whether to conduct a competitive procurement.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/OCALCCC/FA8122-12-R-0028/listing.html)
- Record
- SN02811707-W 20120725/120723235220-d739c61030750f907870f5d6bfcfc8cb (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 |