SOLICITATION NOTICE
16 -- CYLINDER,ACTUATING,
- Notice Date
- 10/2/2017
- 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
- SPRTA1-18-R-0004
- Response Due
- 12/1/2017
- Archive Date
- 3/1/2018
- Point of Contact
- James Chandler, Phone 405-739-4440, Fax - -, Email james.chandler@us.af.mil
- E-Mail Address
-
James Chandler
(james.chandler@us.af.mil)
- Small Business Set-Aside
- N/A
- Description
- 1.Estimated Solicitation issue date is 17 Oct 2017 with an estimated closing/response date of 1 Dec 2017 It is the intention of DLA Aviation at Oklahoma City to allow a 45-Day Solicitation period for Boeing Rights Guard applicable acquisitions with days 1 through 15 being allotted to allow time for additional potential sources to submit requests for, and receive, the BRG Technical Data Package CD-ROM. This additional time over-and-above the standard 30-day Solicitation timeframe is a courtesy and serves as constructive notice that it is the affirmative responsibility of potential offerors to monitor the FBO and quickly process requests for the BRG Technical Data Package CD-ROM and that Solicitation Closing Dates WILL NOT be extended for the sole-purpose to allow for additional time to propose. 2.Request for Proposal #: SPRTA1-18-R-0004 3.Purchase Request: FD2030-18-00271, US Air Force Requirement 4.Nomenclature/Noun: CYLINDER, ACTUATING 5.NSN: 1650-00-886-0340 6.Part Number: 65-10565-15 7.Application (Engine or Aircraft): KC-135 Aircraft 8.Acquisition Method Code (AMC): 1/G; Full and Open Competitive Acquisition for the Second or Subsequent Time. Acquisition is subject to Boeing Rights Guard (BRG) restrictions and procedures. Information concerning procedures to request/obtain the BRG Technical Data Package via a CD-ROM as well as the applicable points-of-contact will be outlined on the solicitation itself, when issued. 9.History: Previously purchased 5 each from Cage 50207 on Purchase Order SPRTA1-16-P-0193, awarded on 17 Aug 2017, and 90 each from Cage 2H359 on Contract F34601-03-C-0011, awarded 15 Jan 2003. 10.Description/Function: Assists in the movement of the sleeve assembly aft or forward along the engine tailpipe assembly.. 11.Dimensions: Approximately 28.0 inches in length, 2.75 inches in diameter. 12.Material: Aluminum / Steel 13.Sources / Qualified Sources (if Qualification Requirements Apply): Total Small Business Set A-Side, Export Controlled Certification, and Boeing Rights Guard Certification required. 14.Qualification Requirements (QR's): QR's are Not applicable to this acquisition. 15.First Article: 2ea First Article units ARE required for this acquisition. First Article waiver criteria will be included in final solicitation.. 16.Export Control: YES. If identified as being applicable, you are REQUIRED to be "EXPORT CONTROLLED" certified in order to receive and view the Technical Data Package / drawings for this solicitation. If your company intends to become Export Control Certified, a web site for registration exists: http://www.dlis.dla.mil/jcp/. Foreign owned firms are advised to contact the contracting officer or program manager before submitting a proposal to determine whether there are restrictions on receiving an award. Access to the Technical Data Package for this acquisition is restricted to potential offerors who have met the requirements to view/receive Export Controlled data as well as satisfying the requirements under the Boeing Rights Guard controls and procedures to receive/view the Bid-Set package via a Boeing Rights Guard CD-ROM. 17.Award of a New Manufacture, fixed-quantity contract is contemplated. The current requirement is for 38 units, to include the 2ea First Article units. However, the requirement has a possibility of a final buy quantity within a range of 10ea to 60ea units, to include the 2ea First Article units. The Government intends to award to a single source manufacturing source. Surplus will be considered for this procurement. The Government may contemplate a Split Award between New Manufacture and Surplus, provided Surplus units meet the strict criteria (New and Unused Govt or Commercial Surplus). First Article Delivery: NLT 210 Days ARO. Required Delivery for Production Units after Approval of First Article Unit: rate of 10ea per month, beginning 210 Days ARO. Desired Delivery for Production Units after Approval of First Article Unit: 10ea per month, beginning 150 Days ARO. Destination for US Government Production requirements / DLA Distribution Depot Hill, Hill AFB (SW3210). 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. IUID Marking is mandatory and required regardless of acquisition unit-price. 20. This procurement IS a Total 100% Small Business Set Aside. 21.This solicitation will include DLAD provision 52.215-9023 for Reverse Auction. Since a Reverse Auction may be conducted IF in the best interest of the Government, offerors are encouraged to access the ProcureX system to self-register and review the available training tools at: dla.procurexinc.com to learn more about how to participate in an auction. Offerors who do not self-register will be loaded at the time of auction by DLA, if conducted. 22.Based upon market research the Government is NOT using the policies contained in FAR 12, Acquisition of Commercial Items in its solicitation for the described supplies or services. However, interested persons may identify to the contracting officer their interest and capability to satisfy the Governments requirement with a commercial item within 15 days of this notice. 23.Government's obligation under this contract is contingent upon the availability of appropriated funds from which payment for contract purposes can be made. No legal liability on the part of the Government for any payment may arise until funds are made available to the Contracting Officer for this contract and until the Contractor receives notice of such availability to be confirmed in writing by the Contracting Officer. 24.DFARS clause 252.225-7001, Buy American and Balance of Payments Program is applies to this acquisition. 25.Electronic procedures will be used for this solicitation. Hard copies of the solicitation will not be sent from this office. The solicitation will be available for download only at www.fbo.gov.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/OCALCCC/SPRTA1-18-R-0004/listing.html)
- Record
- SN04702742-W 20171004/171002230831-ea95994daf3a80c747123503c51cf2e9 (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 |