Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MAY 23, 2015 FBO #4928
SOLICITATION NOTICE

61 -- B-52H Motor, Alternating C

Notice Date
5/21/2015
 
Notice Type
Presolicitation
 
NAICS
336413 — Other Aircraft Parts and Auxiliary Equipment Manufacturing
 
Contracting Office
Department of the Air Force, Air Force Materiel Command, PK/PZ Tinker AFB, 3001 Staff Drive, Ste 1AG76A, Tinker AFB, Oklahoma, 73145-3015, United States
 
ZIP Code
73145-3015
 
Solicitation Number
FA8118-15-R-0048
 
Archive Date
9/7/2015
 
Point of Contact
Shelley R Moore, Phone: 4057394468
 
E-Mail Address
shelley.moore@us.af.mil
(shelley.moore@us.af.mil)
 
Small Business Set-Aside
N/A
 
Description
All questions regarding this notice are to be submitted in writing via E-mail or Fax. All questions submitted to this office are subject to be posted in this notice along with the appropriate response(s). Vendor identities will not be disclosed. Prospective offeroros must comply with all the requirements of the solicitation and any attachments thereto to be considered responsive. All offerors are to specify in their response whether it is a large business, small business, small disadvantaged business, 8(a) concern, women-owned small business, HUBZone small business, veteran-owned small business or service-disabled veteran-owned small business. Also offerors must specify whether they are a U.S. or foreign-owned firm. OMBUDSMAN (AUG 2005) (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. DO NOT CALL THIS NUMBERFOR SOLICITATION REQUESTS. The Government intends to issue a solicitation on or about 4 Jun 15 with an estimated award date of on or about 30 Aug 15. This notice does not in itself represent the issuance of a formal request for proposal and is not intended to be taken as such. The requirements set forth in this notice are defined per Purchase Request FD20301501810 as follows: This acquisition is to be sole sourced to Hamilton Sundstrand(cage: 99167). Hamilton Sundstrand is the only known source possessing the data, technical expertise, special tools, and test equipment required to perform the work. All responsible sources may submit a capability statement, proposal, or quotation, which shall be considered by the agency. Electronic procedures will be used for this solicitation. Based upon market research, the Government is not using policies contained in Part 12, Acquisition of Commercial Items, in its solicitation for the described supplies or services. However, interested parties 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. A Firm Fixed Priced, 3-year IDIQ type contract is contemplated. Prequalification of sources is essential to maintain high quality and 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 this acquisition must submit a Source Approval Request (SAR) package to the Source Development, Small Business Office @ 405-739-7243. As prescribed in FAR 9.202(e). The contracting officer need not delay a proposed award in order to provide a potential offeror with an opportunity to demonstrate its ability to meet the standards specified for qualification. Export Controlled Data: This acquisition may involve technology that has a military or space application. The only contractors who may participate are those that are certified and registered with the Defense Logistics Information Service (DLIS) (1-800-352-3572) and have a legitimate business purpose. In order to receive any technical data related to this acquisition, offerors must be registered with Federal Business Opportunities (FedBizOpps) www.FBO.Gov. Requests for data and for Technical Orders (TOs) are to be submitted directly to the PCO and/or buyer. The request shall be on company letterhead and include the applicable solicitation number and the specific data needed (e.g. TO number, drawing number). The request must be accompanied by a copy of the current and approved DD Form 2345. The form, including instructions for completing the form, is available at: http://www.dtic.mil/whs/directives/infomgt/forms/forminfo/forminfopage2220.html The Government is not responsible for misdirected or untimely requests. If unit price exceeds $5,000.00, UID requirements will apply The contractor shall provide all labor, facilities, equipment, and material to accomplish remanufacture. The work encompasses the disassembly, cleaning, inspection, maintenance, re-assembly, testing, and finishing actions required to return the item to a like new condition in accordance with the solicitation requirements and all attachments. List of applicable Line Item Numbers (LINs): **Numbering of LINs is not specific but for informational purposes only** Item: 0001 NSN: 6105-00-484-1890HY P/N: 939D260-1 NOUN: Motor, Alternating C Item: 0001, Basic Year Best Estimated Qty: 4 each with a MIN of 1 and a MAX of 6 Required Delivery (referencing LINs above) a. LIN 0001: 5 ea due on or before 17 August 2016 All questions regarding this notice are to be submitted in writing via E-mail or Fax. All questions submitted to this office are subject to be posted in this notice along with the appropriate response(s). Vendor identities will not be disclosed.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/OCALCCC/FA8118-15-R-0048/listing.html)
 
Record
SN03739707-W 20150523/150521235925-9f5fd61784d5a8c983b2ab748343181e (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.