SOLICITATION NOTICE
16 -- MOUNT,ASSEMBLY-THRU
- Notice Date
- 10/16/2012
- Notice Type
- Presolicitation
- NAICS
- 336413
— Other Aircraft Parts and Auxiliary Equipment Manufacturing
- Contracting Office
- DEPARTMENT OF THE AIR FORCE; 3001 STAFF DR STE 1AD2 99A; TINKERAFB; OK; 73145
- ZIP Code
- 73145
- Solicitation Number
- FA8119-13-R-0001
- Response Due
- 11/30/2012
- Archive Date
- 2/28/2013
- Point of Contact
- Darrell Hafer, Phone 405-739-2126, Fax 405-739-3462, Emaildarrell.hafer@tinker.af.mil
- E-Mail Address
-
Darrell Hafer
(darrell.hafer@tinker.af.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- Duration of Contract Period: 3 Years. Electronic procedure will be used for this solicitation. 1. Estimated issue date and estimated closing/response date: Opens: 31 October 2012, closes 30 November 2012. 2. PR#: FD20301200246 3. Service/Spare/Repair/OH: Spare 4. AMC: 2 5. Item: B-2 Thrust Engine Mount 6. NSN: 1680014372864FW 7. PN: DAA3215A502-007 8. Description: The aft mount consists of two ball-end engine trunnions, which incorporate a sliding feature inside the ball on the engine left side to accommodate engine/airframe relative deflections and thermal expansion. Mating airframe mount clamps grasp the trunnions. These mounts support the aft end of the engine thrust loads. 9. Total Line Item Quantity: L/I 0001 - Information CLIN for 1680014372864FW L/I 0001AA - qty 1 ea, First Article L/I 0001AB - qty 1 lot, Material Certification L/I 0001AC - qty 1 lot, First Article Test Plan L/I 0001AD - qty 1 lot, First Article Test Report L/I 0001AE - qty 1 lot, Certificate of Compliance L/I 0001AF - qty 35 ea, Production Quantity 10. Application (Engine or Aircraft): B-2 Aircraft 11. Destination: In Accordance with PMS Instructions 12. Delivery: TBD 13. Qualification Requirements: Qualification requirements are set forth in OC-ALC Source Approval Information Booklet. Due to the complexity and criticality of this part, only actual manufactures that have successfully completed all testing required by the original company responsible for the design, or manufacturers that have successfully completed all testing on items determined by the government to be similar in complexity and criticality, can be considered approved sources for this item. 14. Export Control: Yes 15. UID: Note to Contractor: If unit price exceeds $5,000 then UID requirements will apply. 16. Mandatory Language: One or more of the items under this acquisition may be subject to an Agreement on Government Procurement approved and implemented in the United States by the Trade Agreements Act of 1979. All offers shall be in the English language and in U.S. dollars. All interested suppliers may submit an offer. The proposed contract is 100% set aside for small business concerns. Award will be made only if the offeror, the product/service or the manufacturer meets qualification requirement at time of award, in accordance with FAR clause 52.209-1 or 52.209-2. The solicitation identifies the office where additional information can be obtained concerning qualification requirements and is cited in each individual solicitation. Based upon market research, the Government is not using the policies contained in Part 12, Acquisition of Commercial Items, in its solicitation for the described supplies or services. However, interested persons 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. EXPORT CONTROLLED DATA This acquisition may/does involve technology that has a military or space application. The only US contractors who may participate are those that are certified and registered with DLSC (1-800-352-3572) and have a legitimate business purpose. US contractors must submit a copy of their current, approved DD Form 2345 with their request for solicitation. The form, including instructions for completing the form, is available at http://www.dtic.mil/whs/directives/infomgt/forms/forminfo/forminfopage22 20.html. The solicitation/data package will be mailed to the data custodian identified in block 3 of the DD Form 2345. The extent of foreign participation has not yet been determined. MOU country sources must contact the Contracting Officer within 15 calendar days of the date of this synopsis notice to receive a copy of the solicitation at the time it is initially issued. Issuance of the RFP will not be delayed to review requests from MOU country sources received after 15 days or from non-MOU country sources. Nothing in this notice contradicts other restrictions, identified in the synopsis notice or solicitation, regarding eligible sources (e.g., if this is a small-business set-aside, foreign sources may not participate as potential prime contractors but could, if otherwise eligible, participate as subcontractors). Prospective vendors must comply with all the requirements of the solicitation and its attachments to be considered responsive. The Government does not intend to hold discussion but may hold discussion if it is deemed necessary. 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. Written response is required. Anticipated award date: 20 December 2012 17. Buyer name, phone#, and email address: Darrell Hafer, 405-739-2126, Darrell.hafer@tinker.af.mil
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/OCALCCC/FA8119-13-R-0001/listing.html)
- Record
- SN02914342-W 20121018/121016234233-705872783012445b19c9aba5a6b375e3 (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 |