Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JUNE 17, 2015 FBO #4954
MODIFICATION

16 -- HEAT EXCHANGER, AIR TO AIR, AIRCRAFT

Notice Date
6/15/2015
 
Notice Type
Modification/Amendment
 
NAICS
336411 — Aircraft Manufacturing
 
Contracting Office
Defense Logistics Agency, DLA Acquisition Locations, DLA Aviation - BSM, 8000 Jefferson Davis Highway, Richmond, Virginia, 23297-5000, United States
 
ZIP Code
23297-5000
 
Solicitation Number
SPE4A715R2085
 
Archive Date
8/14/2015
 
Point of Contact
Sara S. West, Phone: 8042793782, Andree D. Toon, Phone: 8042793914
 
E-Mail Address
sara.west.ctr@dla.mil, Andree.Toon@dla.mil
(sara.west.ctr@dla.mil, Andree.Toon@dla.mil)
 
Small Business Set-Aside
Partial Small Business
 
Description
THIS IS AN AMENDMENT TO LTC PROJECT for NSN 1660-01-341-7295, PR: 1000037610, NOMENCLATURE: HEAT EXCHANGER, AIR TO AIR, ARICRAFT, Item is used on 19F-Aircraft, Eagle F-15. The FOB point is Destination, Inspection and Acceptance is Origin. Requirement has changed from 100% Small Business Set-Aside to PARTIAL SMALL BUSINESS SET-ASIDE Procurement. There is one Foreign (Israel) Large Manufacturer and one Service Disabled Veteran Small Business Manufacturer in the Purchase Order Text (POT): TAT Technologies LTD/CAGE S4883, P/N 8140-1, and Wall Colmonoy Corporation/CAGE 28063, P/N 8140-1. DRAWING EXCEPTIONS: THE FOLLOWING THERMAL INSULATION BLANKETS ARE TO BE INCLUDED AS PART OF THE HEAT EXCHANGER ASSEMBLY: P/N 11M1027-101, NSN 1560-01-355-4545 P/N 11M1027-103, NSN 1560-01-369-3033 P/N 11M1027-105, NSN 1560-01-355-4546 P/N 11M1027-107, NSN 1560-01-355-4547 THE ALTERNATE PART NUMBERS FOR THE THERMAL INSULATION BLANKETS ARE AS FOLLOWS: P/N 187192-3, NSN 1660-00-274-9602 P/N 187192-5, NSN 1660-00-274-9593 P/N 187192-7, NSN 1660-00-274-9594 P/N 187192-9, NSN 1660-00-274-9595 MIL-STD-130N(1) DATED 16 NOV 2012. IDENTIFICATION MARKING OF U.S. MILITARY PROPERTY FIRST ARTICLE REQUIRED: Contractor First Article/Preproduction Approval Testing required. Use DI-NDTI-80809B in preparation of the first article report. Current revision of MIL-HDBK-831 may also be used for report format guidance. First article testing shall be conducted IAW applicable drawings and drawing notes, specification, engineering instructions and specific requirements set forth in the contract. Additionally, 100% dimensional characteristics check shall be performed and results provided to the contracting officer. The first article offered must be manufactured at the facilities in which production quantities are procured under the contract. Contractor shall provide a statement along with objective evidence that test and production items meet the material and process requirements of the contract. If applicable, DD form 1423 documentation shall be provided as required. Unless F.A.T sample(s) is degraded or destroyed in testing or submitted for government fit, form, function verification (when specified by contract), the F.A.T. samples(s) may be deliverable with the last production run of the contract. Additional Wide Area Workkflow (WAWF) instructions for contractor first article test CLIN: The contractor shall code the receiving report for contractor first article test CLIN in WAWF as follows: Inspection at origin (source)- Enter the DCMA DODAAC listed on page 1 of the contract. Acceptance at destination- Enter the issue by office DODAAC listed Ship to code- Enter the issue by office DODAAC listed on page 1 of the contract. CONTRACTOR FIRST ARTICLE TESTING REQUIREMENTS: UPDATED CONTRACTOR FAT REQUIREMENTS ARE AS FOLLOWS: THE ITEM WILL BE VIBRATION TESTED AND THEN PRESSURE TESTED IAW THE TECHNICAL ORDER, AND FINALLY FIT CHECKED ON AN AIRCRAFT. VIBRATION TESTING SPECIFICATIONS ARE CONTAINED IN BOEING PS68-830053, SECTION 3.2.5.8 - VIBRATION DESIGN REQUIREMENTS ARE LISTED IN PARAGRAPH 3.1 OF MCAIR REPORT G397. PRESSURE TESTING IS CONTAINED IN THE TECHNICAL ORDER REFERENCED IN THE BOEING TECHNICAL DATA PACKAGE. Item is a CRITICAL APPLICATION ITEM. The solicitation will result in an Indefinite Quantity Contract with one, one-year Base period and four, one-year Option periods. The Estimated Annual Demand quantity is 70 each for the Unrestricted and Small Business Portion. The Guaranteed Minimum quantity is 18 each for the Base Period only for the Unrestricted Portion and 17 each for the Small Business Portion. The Maximum Contract Quantity for the life of the contract is 525 each for the Base and Option Periods combined for the Unrestricted portion and 525 each for the Base and Option Periods combined for the Small Business portion. The required production lead-time is 180 Days after receipt of order (ARO) delivery of production units. Option to extend terms of the contract is 48 months. Duration of contract period is 60 months. Requirement is a Partial Small Business Set-Aside Procurement. Item is NOT a Critical Safety Item; Configuration Control APPLIES, Export Control APPLIES, Higher Level Quality Assurance (Manufacturers) APPLIES. Government First Article Testing is NOT required. Surge and Sustainment are NOT required. The final contract award decision may be based upon a combination of price, past performance and other evaluation factors as described in the solicitation. A copy of the solicitation will be available via the DLA Internet Bid Board System (DIBBS) at https://www.dibbs.bsm.dla.mil/RFP on the issue date cited in the RFP. Solicitations are in portable document format (PDF). To download and view these documents, you will need the latest version of Adobe Acrobat Reader. This software is available at no charge at: http://www.adobe.com. A paper copy of this solicitation will not be available to requestors. The solicitation issue date is June 30, 2015 and closing date is July 30, 2015.LTC PROJECT for NSN 1660-01-341-7295, PR: 1000037610, NOMENCLATURE: HEAT EXCHANGER, AIR TO AIR, AIRCRAFT. Item is used on 19F Aircraft Eagle F-15. The FOB point is Destination, Inspection and Acceptance is Origin. This is a 100% Small Business Set-Aside Procurement. Two Small Manufacturers: WALL COLMONOY CORPORATION/CAGE 28063, P/N 8140-1 and TAT TECHNOLOGIES LTD/CAGE S4883, P/N 8140-1. SOURCE APPROVAL REQUIRED: OFFERORS NOT CITED AS ACCEPTABLE SOURCES IN THE PURCHASE ORDER TEXT ARE REQUIRED TO OBTAIN SOURCE APPROVAL FROM THE DESIGN CONTROL ACTIVITY. SOURCE APPROVAL REQUESTS/ TECHNICAL DATA PACKAGES MUST BE SUBMITTED TO DSCR WITH THE OFFER. FIRST ARTICLE REQUIRED: Contractor First Article/Production Approval Testing is required. Use DI-NDTI-80809B in preparation of the first article report. Current revision of MIL-HDBK-831 may also be used for report format guidance. First article testing shall be conducted IAW applicable drawings and drawing notes, specification, engineering instructions and specific requirements set forth in the contract. Additionally, 100% dimensional characteristics check shall be performed and results provided to the contracting officer. The first article offered must be manufactured at the facilities in which production quantities are procured under the contract. Contractor shall provide a statement along with objective evidence that test and production items meet the material and process requirements of the contract. If applicable, DD form 1423 documentation shall be provided as required. Unless F.A.T sample(s) is degraded or destroyed in testing or submitted for government fit, form, function verification (when specified by contract), the F.A.T. samples(s) may be deliverable with the last production run of the contract. Item is a CRITICAL APPLICATION ITEM. The solicitation will result in an Indefinite Quantity Contract with one, one-year Base period and four, one-year Option periods. The Estimated Annual Demand quantity is 140 each. The Guaranteed Minimum quantity is 35 each for the Base Period only. The Maximum Contract Quantity for the life of the contract is 1050 each for the Base and Option Periods combined. The required production lead-time is 180 Days after receipt of order (ARO). Option to extend terms of the contract is 48 months. Duration of contract period is 60 months. Requirement is a 100% Small Business Set-Aside Procurement. Item is not a Critical Safety Item; Configuration Control applies, Configuration Control applies, Export Control does apply, Higher Level Quality Assurance (Manufacturers) applies. Contractor First Article Testing IS required. Surge and Sustainment are NOT required. The final contract award decision may be based upon a combination of price, past performance and other evaluation factors as described in the solicitation. A copy of the solicitation will be available via the DLA Internet Bid Board System (DIBBS) at https://www.dibbs.bsm.dla.mil/RFP on the issue date cited in the RFP. Solicitations are in portable document format (PDF). To download and view these documents, you will need the latest version of Adobe Acrobat Reader. This software is available at no charge at: http://www.adobe.com. A paper copy of this solicitation will not be available to requestors. The solicitation issue date is June 30, 2015 and closing date is July 30, 2015.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DLA/J3/DSCR-BSM/SPE4A715R2085/listing.html)
 
Place of Performance
Address: 8000 JEFFERSON DAVIS HWY, RICHMOND, Virginia, 23297, United States
Zip Code: 23297
 
Record
SN03765231-W 20150617/150615235230-e2258098b18393937850e1d655aba79b (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.