Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF NOVEMBER 28, 2012 FBO #4022
MODIFICATION

J -- REMANUFACTURE/OVERHAUL ACTUATOR, 1680011692263RK, R15040-1

Notice Date
11/26/2012
 
Notice Type
Modification/Amendment
 
NAICS
336413 — Other Aircraft Parts and Auxiliary Equipment Manufacturing
 
Contracting Office
DEPARTMENT OF THE AIR FORCE; BLDG 3001 SUITE 2AH81A; TINKER AFB;OK; 73145
 
ZIP Code
73145
 
Solicitation Number
FA8118-12-R-0039
 
Archive Date
10/1/2013
 
Point of Contact
Michelle Syth, Phone: 4057399444, Tiffany L Bentley, Phone: (405) 739-4468
 
E-Mail Address
michelle.syth@tinker.af.mil, tiffany.bentley@tinker.af.mil
(michelle.syth@tinker.af.mil, tiffany.bentley@tinker.af.mil)
 
Small Business Set-Aside
N/A
 
Description
All questions regarding this notice are to be submitted in writingvia E-mail or Fax. All questions submitted to this office are subjectto be posted in this notice along with the appropriate response(s).Vendor identities will not be disclosed. Organic capabilites (the ability of the Government activity to meet the requirements within its own capabilities) do not currently exist. However, organic capabilites may become available before the expiration of the ordering period. The Government intends to issue a solicitation on or about 17 MAY 12with an estimated award date of on or about 1 Feb 13. This notice doesnot in itself represent the issuance of a formal request for proposaland is not intended to be taken as such. Prospective vendors must comply with all the requirements of thesolicitation and any attachments thereto to be considered responsive.The Government does not intend to hold discussions but may holddiscussions if it is deemed necessary. Electronic procedures will be used for this solicitation. Based upon market research, the Government is not using policiescontained in Part 12, Acquisition of Commercial Items, in itssolicitation for the described supplies or services. However, interestedparties may identify to the contracting officer their interest andcapability to satisfy the Government's requirement with a commercialitem within 15 days of this notice. OMBUDSMAN (AUG 2005) (An Ombudsman has been appointed to hear concernsfrom offerors or potential offerors during the proposal developmentphase of this acquisition.) The purpose of the Ombudsman is not todiminish the authority of the program director or contracting officer,but to communicate 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 405-736-3273. DO NOT CALL THISNUMBERFOR SOLICITATION REQUESTS. The requirements set forth in this notice are defined per PurchaseRequest FD20301236048 as follows: 1. A Firm Fixed Priced, five-year requirements type contract consistingof a base year and four one-year options is contemplated. 2. Prequalification of sources is essential to maintain high qualityand 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 thisacquisition must submit a Source Approval Request (SAR) package to theSource Development, Small Business Office @ 405-739-7243. As prescribedin FAR 9.202(e). The contracting officer need not delay a proposed awardin order to provide a potential offeror with an opportunity todemonstrate its ability to meet the standards specified forqualification. 3. IAW FAR 5.207(c)(15)(i), All responsible sources may submit a bid,proposal, or quotation which will be considered by the agency. 4. If unit price exceeds $5,000.00 then UID requirements will apply 5. The contractor shall provide all labor, facilities, equipment, andmaterial to accomplish remanufacture of the B-52 ElectromechanicalActuator. The work encompasses the disassembly, cleaning, inspection,maintenance, re-assembly, testing, and finishing actions required toreturn the item to a like new condition in accordance with thesolicitation requirements and all attachments. NOTE: Technical Order distribution is authorized to the DoD and U.S. DoDcontractors only. Requests for this document shall be referred to thepoint of contact listed below. Contractor must submit a copy of theircurrent, up-to-date, approved DD Form 2345 (Military Critical TechnicalData Agreement). The Government is not responsible for untimely ormisdirected requests. 6. List of applicable CLIN's **Numbering of CLINS is not specific but for informational purposesonly** Item: 0001NSN: 1680011692263RKP/N: R15040-1NOUN: ELETRO-MECHANICAL ACTUATORApplicable to: B-1B Item: 0001AA, Basic YearNSN: 1680011692263RK Best Estimated Qty: 20 Item: 0001AB, Option INSN: 1680011692263RK Best Estimated Qty: 20 Item: 0001AC, Option IINSN: 1680011692263RK Best Estimated Qty: 20 Item: 0001AD, Option IIINSN: 1680011692263RK Best Estimated Qty: 20 Item: 0001AE, Option IVNSN: 1680011692263RK Best Estimated Qty: 20 Item: 0002, Over and Above - To be negotiated Item:0003, Data - Not separately priced 7. Required Delivery (referencing 6 above), a. CLIN 0001: 3ea due within 60 calendar days, followed by 2ea every 30calendar daysb. CLIN 0002: As negotiatedc. CLIN 0003: Based on delivery of CLIN 0001 assets All questions regarding this notice are to be submitted in writing viaE-mail or Fax. All questions submitted to this office are subject to beposted in this notice along with the appropriate response(s). Vendoridentities will not be disclosed.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/OCALCCC/FA8118-12-R-0039/listing.html)
 
Record
SN02936905-W 20121128/121126234145-14e8a5509d40166ca5490cb6941db2ed (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.