SOLICITATION NOTICE
66 -- Repair of Liquid Quantity Indicator
- Notice Date
- 6/19/2017
- Notice Type
- Presolicitation
- NAICS
- 811219
— Other Electronic and Precision Equipment Repair and Maintenance
- Contracting Office
- Department of the Air Force, Air Force Materiel Command, PK/PZ - Robins AFB, 215 Page Rd, Robins AFB, Georgia, 31098-1611, United States
- ZIP Code
- 31098-1611
- Solicitation Number
- FA8538-17-R-0023
- Archive Date
- 7/20/2017
- Point of Contact
- Phillip E. Richardson, Phone: (478)222-5268, Oya M. Harrison, Phone: (478)926-5774
- E-Mail Address
-
phillip.richardson.2@us.af.mil, Oya.Harrison@us.af.mil
(phillip.richardson.2@us.af.mil, Oya.Harrison@us.af.mil)
- Small Business Set-Aside
- N/A
- Description
- Synopsis is for AFSC/PZAAB in support of the 409 SCMS/GUMBB for issuance of the Request for Proposal FA8538-17-R-0023 for the Repair of the C-130H Liquid Quantity Indicator. The services required include tear-down, analysis, overhaul, repair, testing and procurement of spare components, packaging handling, storage, transportation, as well as data collection, engineering support and services. This effort will be a 5 year Requirements contract consisting of a one year Basic Ordering Period and four (4) one year Ordering Periods. This synopsis is for services for which the Government intends to solicit and negotiate with Other Than Full and Open procedures in accordance with FAR Part 6.302-1. Specification, plans or drawings relating to this procurement described above are not available and can't be furnished by the Government. Electronic procedures will be used for this solicitation. This requirement will be limited competition to one of the following companies: Aerospace Maintenance Solutions LLC, 8759 Mayfield Road, Chester, OH 44026 (Cage Code: 449T3) and Simmonds Precision Products Inc., 100 Panton Rd., Vergennes, VT 05461 (Cage Code: 89305). The following information applies: The proposed contract action is for services for which the Government intends to solicit and negotiate with only one, or a limited number of sources under the authority of FAR 6.302. All potential offerors should contact the buyer/PCO identified above for additional information and or to communicate concerns, if any, concerning this acquisition. If your concerns are not satisfied by the contracting officer, an Ombudsman has been appointed to hear serious concerns that are not resolved through established channels. The purpose of the Ombudsman is not to diminish the authority of the program director or contracting officer, but to communicate serious contractor concerns, issues, disagreements, and recommendations to the appropriate government personnel. When requested, the Ombudsman will maintain strict confidentiality as to the source of the concern. The Ombudsman does not participate in the evaluation of the proposals in the source selection process. When appropriate, potential offerors may contact Ombudsman, Kimberly McDonald, Chief, Contract Policy Division, at 478-222-3153. Best Estimated Quantities (BEQ), NSN and Part number: Liquid Quantity Indicator NSN: 6680-01-394-2555LG Part Number 10097-0101 Basic Period: 7 EA (BEQ) Repair, 1 EA (BEQ) Beyond Economic Repair, 1 EA (BEQ) No Fault Found, 1 EA (BEQ) Over & Above Ordering Period I: 7 EA (BEQ) Repair, 1 EA (BEQ) Beyond Economic Repair, 1 EA (BEQ) No Fault Found, 1 EA (BEQ) Over & Above Ordering Period II: 7 EA (BEQ) Repair, 1 EA (BEQ) Beyond Economic Repair, 1 EA (BEQ) No Fault Found, 1 EA (BEQ) Over & Above Ordering Period III: 7 EA (BEQ) Repair, 1 EA (BEQ) Beyond Economic Repair, 1 EA (BEQ) No Fault Found, 1 EA (BEQ) Over & Above Ordering Period IV: 7 EA (BEQ) Repair, 1 EA (BEQ) Beyond Economic Repair, 1 EA (BEQ) No Fault Found, 1 EA (BEQ) Over & Above Government's required delivery schedule is 30 calendar days per item after induction of asset except for Surges and MICAPs. Point of contact for inquires is Contract Negotiator Phillip Richardson/PZAAB/478-222-5268, email Phillip.Richardson.2@us.af.mil This notice of intent is NOT a request for competitive proposals. The estimated solicitation issuance date will be 05 July 2017 with a response of 04 Aug 2017.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/WRALC/FA8538-17-R-0023/listing.html)
- Record
- SN04549771-W 20170621/170619235429-e7ae987fd7acdc69a749b101c5544b36 (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 |