Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF AUGUST 08, 2018 FBO #6102
SOLICITATION NOTICE

16 -- Remanufacture of KC-135 Special Coupling, NSN 1680-99-663-6362 FL, P/N 61520-7 / FRS709813 - Remanufacture of KC-135 Special Coupling, NSN 1680-99-663-6362 FL

Notice Date
8/6/2018
 
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
FA8118-18-R-0051
 
Archive Date
9/5/2018
 
Point of Contact
Kim H. Pham, Phone: 14057394404
 
E-Mail Address
kim.pham.1@us.af.mil
(kim.pham.1@us.af.mil)
 
Small Business Set-Aside
N/A
 
Description
Remanufacture of KC-135 Special Coupling •1. The United States Air Force through Air Force Sustainment Center (AFSC), Tinker AFB 73145 is contemplating the Remanufacture of KC-135 Special Coupling, NSN: 1680-99-663-6362 FL. The contractor shall provide all labor, facilities, equipment and all material to accomplish the remanufacture. The work encompasses significantly or completely disassembling an item to its individual components; reworking, rehabilitating, or replacing worn or damaged components; reassembly; and test such that the item is returned to its original life expectancy (i.e. reliability), or nearly so, in accordance with the solicitation requirements and all attachments. A firm fixed price Indefinite Delivery Requirements type contract is contemplated with a one-year basic and four-one year options. The Government intends to issue solicitation FA8118-18-R-0051 on or about 6 August 2018 with a closing response date of 21 August 2018 and estimated award date of on or about 27 November 2018. This notice does not in itself represent the issuance of a formal request for proposal and is not intended to be taken as such. Based upon market research, the Government will not be 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. In accordance with FAR 5.207(c)(16)(ii), when using the sole source authority at 6.302-1, all responsible sources may submit a capability statement, proposal, or quotation, which shall be considered by the agency. •2. The requirements set forth in this notice are defined per Purchase Request FD2030-18-01786. •3. Application: Remanufacture of KC-135 Special Coupling •4. NSN and P/N: NSN: 1680-99-663-6362 FL; P/N: 61520-7 / FRS709813 •5. RMC: R3/R •6. Duration of Contract Period: 5 Year Requirements Contract (Basic Year with Four - 1 Year Options) •7. Total Line Item Quantity: All quantities are estimated based; Best Estimated Quantities are as follows: Line Item 0001: Overhaul of KC-135 Special Coupling, NSN: 1680-99-663-6362, PN: FRS709813 Basic Year - 5 each/year Option Year I - 5 each/year Option Year II - 5 each/year Option Year III - 5 each/year Option Year IV - 5 each/year Line Item 0002: Over and Above. To be negotiated (as needed) - 1 LT Line Item 0003: Data (Not Separately Priced) - 1 LT •8. Delivery: Deliver units 4 each per month 30 days after receipt of order (ARO) and reparable units. 4 each every 30 days thereafter; until production is complete. Early delivery is acceptable. •9. Ship to: Shipping instructions will be provided by the Production Management Specialist (PMS) prior to any shipments of serviceable assets. •10. Function: The Special Coupling connects. Dimensions: 12.0000" h x 12.0000" w x 20.0000" l and weighs 10.00 lbs. Material: Aluminum alloy / steel •11. Qualification Requirements: QUALIFICATION REQUIREMENTS APPLY. For qualification information/ source approval requests contact the Source Development, Small Business Office at 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. 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 source(s) require acquisition of the part from approve sources. Current Approve Source(s) include: This is a sole source requirement to approved Large Business: EATON INDUSTRIAL CORPORATION CAGE CODE: 86090 LARGE BUSINESS Some units of items listed in Section B may, upon disassembly and/or inspection, be determined to be beyond repairable limits specified in the Work Specification and/or Technical Orders. Any cost for work performed by the Contractor, prior to determination that such equipment is beyond repairable limits, shall be included in the unit price(s) of the listed item(s). Condemned units will not be counted as production. •12. Export Control: Offerors are REQUIRED to be "EXPORT CONTROL CERTIFIED" in order to receive and view the drawings and/or technical orders for this solicitation. If your company intends to become Export Control Certified, you may visit https://public.logisticsinformationservice.dla.mil/jcp/search.aspx for registration. Contractors receiving technical data shall be in compliance with DoDI 5230.24. •13. Set-aside: N/A •14. UID Note to Contractor: If unit price of item (not repair cost) exceeds $5,000, then UID requirements will apply. Please see DFARS 252.211-7003 and DFARS 211.274-2 for further requirements for UID marking. •15. Applicable Tech Orders: The Government does not own applicable technical orders or data rights for this item. APPLICABLE TECHNICAL ORDERS Specific Technical Orders PART NUMBER REMANUFACTURE MANUAL/TO NUMBER TITLE 50444 9H4-3-30-3 TECHNICAL MANUAL General Technical Orders TO NUMBER DATE TITLE 00-5-1 14 June 2016 AF TECHNICAL ORDER SYSTEM 00-5-3 1 April 2016 AF TECHNICAL ORDER LIFE CYCLE MANAGEMENT 00-35D-54 1 September 2015 USAF DEFICIENCY REPORTING, INVESTIGATION AND RESOLUTION OTHER PUBLICATIONS FOR INFORMATION PURPOSES ONLY NOTE: These publications are for information purposes only. Air Force Manuals DOCUMENT NUMBER DATE TITLE AFI 23-101 12 December 2016 AIR FORCE MATERIAL MANAGEMENT AFMAN 23-215 6 August 2001 REPORTING OF SUPPLY DISCREPANCIES DoD/Air Force Forms FORM NUMBER TITLE SF 364 REPORT OF DISCREPANCY SF 368 QUALITY DEFICIENCY REPORT DD1574 SERVICEABLE TAG - MATERIEL DD1574-1 SERVICEABLE LABEL - MATERIEL DD1577-2 UNSERVICEABLE (REPAIRABLE) TAG - MATERIEL DD1577-3 UNSERVICEABLE (REPAIRABLE) LABEL - MATERIEL DD1577 UNSERVICEABLE (CONDEMNED) TAG - MATERIEL DD1577-1 UNSERVICEABLE (CONDEMNED) LABEL - MATERIEL DD1575 SUSPENDED TAG - MATERIEL DD1575-1 SUSPENDED LABEL - MATERIEL AFMC FORM 158 PACKAGING REQUIREMENTS CONTRACTOR DOCUMENTS PART NUMBER DRAWING NUMBER TITLE AND DATE N/A N/A N/A •16. 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 are to be submitted to ocalc.lgldo.public@us.af.mil for Drawings and directly to the PCO and/or buyer for Technical Orders (TOs). 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 on the DLIS website at: https://public.logisticsinformationservice.dla.mil/jcp/search.aspx. The Government is not responsible for misdirected or untimely requests. •17. Electronic procedures will be used for this solicitation. No telephone requests. Only written or emailed requests received directly from the requestor are acceptable. 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. All offerors are to specify in their response whether they are 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. Offerors must specify whether they are a U.S. or foreign-owned firm. •18. 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 NUMBER FOR SOLICITATION REQUESTS. •19. Point of Contact: Kim Pham; Phone: 405-739-4404; Email: Kim.Pham.1@us.af.mil or Welth Cooper; Phone: 405-739-5510; Email: Welth.Cooper@us.af.mil.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/OCALCCC/FA8118-18-R-0051/listing.html)
 
Place of Performance
Address: Tinker AFB, Oklahoma, 73145, United States
Zip Code: 73145
 
Record
SN05022094-W 20180808/180806231010-7b3cdaf26b32023105d9818b0a1cd766 (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.