Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MARCH 29, 2017 FBO #5605
SOLICITATION NOTICE

16 -- CYLINDER,ACTUATING,

Notice Date
3/27/2017
 
Notice Type
Presolicitation
 
NAICS
336413 — Other Aircraft Parts and Auxiliary Equipment Manufacturing
 
Contracting Office
DLA AVIATION AT OKLAHOMA CITY, OK; DLR PROCUREMENT OPERATIONS (AO);3001 STAFF DRIVE; TINKER AFB; OK; 73145
 
ZIP Code
73145
 
Solicitation Number
SPRTA1-17-Q-0336
 
Response Due
3/27/2017
 
Archive Date
6/25/2017
 
Point of Contact
Rhonda White, Phone 405-739-7534, Fax 405-739-4237, Email rhonda.white.5@us.af.mil - Sharita Culp, Phone 405-739-8965, Fax - -, Email sharita.culp@us.af.mil
 
E-Mail Address
Rhonda White
(rhonda.white.5@us.af.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
AMC 1/C TOTAL SMALL BUSINESS SET-ASIDE QUALIFIED SOURCES PR Number(s): FD20301701281PLN Line Item: 0001 NSN: 1650013372638 CYLINDER,ACTUATING, P/N: 68R410005-2001, Description: CYLINDRICAL ITEM HOUSES THE ACTUATING PISTON AND ACTS AS A RESERVOIR FOR HYDRAULIC FLUID IN THE LAND... Supp. Description: steel Best Estimated Qty: 3.0000 EA Delivery: 23 JUL 2017 On or Before Destn: SW3210,HILL AFB UT 84056-5734,, -. Quantity: 3.00 Unit of Issue: EA Duration of Contract Period: October 2017 Electronic procedure will be used for this solicitation. Small Business Set-Aside AMC: 1/C 1.Estimated Solicitation issue date is 11 April 2017 with an estimated closing/response date of 11 May 2017. 2.Request for Proposal #: SPRTA1-17-Q-0336 3.Purchase Request: FD2030-17-01281, US Air Force Requirement 4.Nomenclature/Noun: CYLINDER, ACTUATING 5.NSN: 1650-01-337-2638 6.Part Number: 68R410005-2001 7.Application (Engine or Aircraft): F-15 AIRCRAFT 8.Acquisition Method Code (AMC): This item is suitable for competitive acquisition for the second or subsequent time. This part requires engineering source approval by the design control activity in order to maintain the quality of the part. Existing unique design capability, engineering skills, and manufacturing knowledge by the Qualified sources require acquisition of the part from the approved sources. The approved sources retain data rights, manufacturing knowledge, or technical data that are not economically available to the Government, and the data or knowledge is essential to maintain the quality of the part. An alternate source must qualify IAW design control activity procedures and approved by the cognizant Government engineering activity. 9.History: Previously purchased 3 each from Thomas Instrument Inc., on Contract SPRTA1-15-M-0154 awarded 30 July 2015, and Contract SPRTA1-11-D-0017-0002 for 10 each awarded 6 Mar 2012. 10.Description/Function: Cylindrical Item houses the actuating piston and acts as a reservoir for hydraulic fluid in the landing gear actuator. 11.Dimensions: Approximately 15.00 inches in length, 3.6250 inches in width and 3.6250 inches in height, and 4.0000 lbs in weight. 12.Material: Steel. 13.Qualified Sources: Thomas Instrument Inc., Cage Code 5H860, Downey Manufacturing, Cage Code 98315, Goodrich Corp, Cage Code 13002, Circor Aerospace, Cage Code 50601, Triumph Actuation Systems, Cage Code 61898 and the Boeing Company, Cage Code 98315. 14.Qualification Requirements apply to this acquisition. 15.First Article: First Article IS NOT required for this acquisition 16.Export Control: Yes. 17.Award of a New Manufacture, one year requirement is contemplated. The current required quantity is as follows: Best estimated buy Quantity:3 each. Minimum Range Quantity: 1 each Maximum Contract Quantity:5 each The final required quantity may change. Therefore, offeror(s) are required to propose prices for the specific quantity range identified in the Solicitation, when issued. If the specific quantity range identified in the Solicitation does not provide the best pricing option for your company business model, then the contractor has the option of identifying within Provision 52.207-4, those suggested quantity ranges, for informational/planning purposes only that yield your best prices to the Government. Offeror(s) are still required to submit proposals for the specific quantity range identified in the Solicitation. The Final fixed-quantity of this requirement is at the sole discretion of the Government and the Government reserves the right to award no contract at all depending on the quality and prices of proposal(s) received. The final buy quantity will be re-evaluated and determined upon receipt of proposal(s) and the closing date of the Solicitation. New/Unused Government Surplus is authorized for this procurement. Required Delivery Schedule: 3 each on or before 23 July 2017. Destination: DLA Distribution Depot, HILL AFB, UTAH 18.Mandatory Language: Written procedures will be used for this solicitation. Electronic submission of completed/signed proposals via scanned PDF through e-mail to the contracting officer is authorized. DLA OMBUDSMAN (a) An ombudsman has been appointed to hear and facilitate the resolution of concerns from offerors, potential offerors, and others for this acquisition. When requested, the ombudsman will maintain strict confidentiality as to the source of the concern. The existence of the ombudsman does not affect the authority of the program manager, contracting officer, or source selection official. Further, the ombudsman does not participate in the evaluation of proposals, the source selection process, or the adjudication of protests or formal contract disputes. The ombudsman may refer the party to another official who can resolve the concern. (b) Before consulting with an ombudsman, interested parties must first address their concerns, issues, disagreements, and/or recommendations to the contracting officer for resolution. Consulting an ombudsman does not alter or postpone the timelines for any other processes (e.g., agency level bid protests, GAO bid protests, requests for debriefings, employee-employer actions, contests of OMB Circular A-76 competition performance decisions). (c) The Competition Advocate (CA) at each contracting activity/office (as defined in DLAD 2.101) shall act as the ombudsman and attempt to resolve contractor complaints. DLA AVIATION AT OKLAHOMA CITY CA/Ombudsman can be reached at (405) 734-8241. DO NOT CALL THIS NUMBER FOR SOLICITATION REQUESTS. Complaints which cannot be so resolved shall be forwarded to the HQ through J-72 for resolution by the DLA competition advocate. Each activity is responsible for developing procedures for executing the duties and responsibilities. (d) The ombudsman has no authority to render a decision that binds the agency. (e) Do not contact the ombudsman to request copies of the solicitation, verify offer due date, or clarify technical requirements. Such inquiries shall be directed to the Contracting Office. 19.UID marking requirements IAW DFARS clause 252.211-7003 apply to this acquisition. 20.This procurement is a total 100% Small Business Set Aside.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/OCALCCC/SPRTA1-17-Q-0336/listing.html)
 
Record
SN04449244-W 20170329/170327235451-22135f0901188d46da62c7a2a2cd6e7c (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.