Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF OCTOBER 06, 2018 FBO #6161
SOLICITATION NOTICE

36 -- Remanufacture of Regulated Refueling Coupling

Notice Date
10/4/2018
 
Notice Type
Presolicitation
 
NAICS
336413 — Other Aircraft Parts and Auxiliary Equipment Manufacturing
 
Contracting Office
Department of the Air Force, Air Force Materiel Command, Tinker AFB - AFSC/PZIO, 7858 5th Street Ste 1, Tinker AFB, Oklahoma, 73145-9106, United States
 
ZIP Code
73145-9106
 
Solicitation Number
FD2030-18-02207
 
Archive Date
11/3/2018
 
Point of Contact
Kyle Newcomb, Phone: 405-739-4468
 
E-Mail Address
kyle.newcomb@us.af.mil
(kyle.newcomb@us.af.mil)
 
Small Business Set-Aside
N/A
 
Description
The United States Air Force through Air Force Sustainment Center (AFSC), Tinker AFB 73145 is contemplating the remanufacture of Regulated Refueling Coupling. A firm fixed price Requirements type contract is contemplated. The requirements set forth in this notice are defined per Purchase Request FD2030-18-02207 as follows: Written response is required. Item 0001: Remanufacture of Regulated Refueling Coupling, Basic Year plus Four - 1 Option Years; NSN: 1680-01-397-6026RK P/N 61520-3; A best estimated quantity (BEQ) of 35 each/year. Item 0002: Data (Not Separately Priced) Item 0003: Over and Above Function: In-flight refueling, drogue and boom style regulated coupling for use by the KC-135 tankers for helicopters, and some Navy and NATO aircraft. Delivery: 10 each 30 days after receipt of order (ARO) and reparable units. Early delivery is acceptable. Ship To: Shipping instructions will be provided by the Production Management Specialist (PMS) prior to any shipments of serviceable assets. Duration of Contract Period: Basic Year with Four - 1 Year Options Qualification Requirements: QUALIFICATION REQUIREMENTS APPLY. For qualification information/source approval requests contact the Source Development Office, OC-ALC/SB (405) 739-7243. Award will be based on meeting our requirements and cannot be delayed pending qualification of additional sources. 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 approved sources include: EATON INDUSTRY CORP. CAGE CODE: 86090 Export Control: N/A This is a sole source requirement to EATON INDUSTRY CORP. (Cage 86090). Set-aside: N/A The Government intends to issue solicitation FA8118-19-R-0004 on or about 19 Oct 2018 with a closing response date of 18 Nov 2018 and estimated award date of on or about 1 December 2019. 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. All questions regarding this notice are to be submitted in writing via E-mail or Fax. 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. Prospective offerors must comply with all the requirements of the solicitation and any attachments thereto to be considered responsive. 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. Also offerors must specify whether they are a U.S. or foreign-owned firm. OMBUDSMAN (AUG 2005) (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. Electronic procedures will be used for this solicitation.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/OCALCBC/FD2030-18-02207/listing.html)
 
Place of Performance
Address: TAFB, Oklahoma, 73145, United States
Zip Code: 73145
 
Record
SN05115586-W 20181006/181004230746-dab91523783f44ef8e84a39684c4cf37 (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.