SOLICITATION NOTICE
16 -- Crosswind Steering
- Notice Date
- 10/24/2018
- 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
- SPRTA1-19-R-0041
- Archive Date
- 10/31/2019
- Point of Contact
- Scott A. Rountree,
- E-Mail Address
-
scott.rountree@us.af.mil
(scott.rountree@us.af.mil)
- Small Business Set-Aside
- N/A
- Description
- Synopsis FD2030-19-00313 1. Estimated issue date 8 Nov 2018 and estimated closing/response date 10 Dec 2018. 2. RFP #: SPRTA1-19-R-0041 3. PR#: FD2030-19-00313 4. Nomenclature/Noun: Crosswind Steering 5. NSN: 1680-01-135-8876FG 6. PN: 5-58169-501 7. Application (Engine or Aircraft): B-52 8. AMC: 1/C 9. History: Previously purchased 32 EA per contract SPRTA1-18-C-0128 on 14 Sep 2018. 10. Description: The Coordinating Unit is a cable-driven mechanical differential device that allows independent steering of the forward main landing gear of the B-52 aircraft after both the forward and aft main landing gear have been preset at an angle for takeoff. 11. Dimensions: L: 30.0000"; W: 24.0000"; H: 7.0000", WT: 15.0000 lbs. 12. Material: Aluminum and Magnesium. 13. A firm fixed price contract is contemplated. The item, estimated quantities and required deliveries are as follows: Quantity: LINE ITEM 0001: Crosswind Steering a) Destination: SW3211 (DLA Distribution Depot, Tinker AFB, OK) b) Delivery: 23 EA ON OR BEFORE 30 Nov 2020 c) Required Quantity: 23 each d) Quantity Range: Min-6, Max-35 14. Qualified Sources: Moog, Inc. (Cage: 0ZWK8), Thomas Instrument (Cage: 5H860), and The Boeing Company (Cage: 82918) 15. Mandatory Language: In accordance with FAR 5.207(c)(16)(i), all responsible sources may submit a capability statement, proposal or quotation, which shall be considered by the agency. The proposed contract action is for supplies in which the Government intends to solicit and negotiate with only one source, or a limited number of sources under the authority of FAR 6.302. This is a full and open requirement after exclusion of sources, and will be solicited as a 50% small business set-aside. All proposals received within 45 days after date of publication of this synopsis will be considered by the Government. A determination by the Government not to compete this proposed contract based upon responses to this notice is solely within the discretion of the Government. Information received will normally be considered solely for the purpose of determining whether to conduct a competitive procurement. Based upon market research, the Government is not using the policies contained in Part 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 Government's requirement with a commercial item within 15 days of this notice. 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. Electronic procedures will be used for this solicitation. Hardcopies of the solicitation will not be sent from this office. The solicitation will be available for download only at www.fbo.gov. Note: An Ombudsman has been appointed to hear concerns from offers 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 contact the Ombudsman at (405) 734-8241. DO NOT CALL THIS NUMBER FOR SOLICITATION REQUESTS. 16. Qualification Requirements: Sources must be qualified prior to being considered for award. The solicitation will contain instructions for obtaining further information on this requirement. All responsible sources solicited may submit a proposal, which shall be considered. Award will be made only if the offeror, the product, or the manufacturer meets qualification requirements at the time of award in accordance with FAR clause 52.209-1. Interested parties may contact DLA POC for this requirement for information concerning qualification requirements. 17. Export Control Requirements: Offerors are REQUIRED to be "EXPORT CONTROLLED" certified in order to receive and view the drawings associated with this solicitation. If an offeror intends to become Export Controlled Certified, a website for registration exists: www.dlis.dla.mil/jcp. 18. The solicitation will be available for download on the release date from www.fedbizops.gov. No telephone requests. Questions concerning this synopsis or subsequent solicitation can be directed to Scott Rountree at email scott.rountree@us.af.mil.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/OCALCCC/SPRTA1-19-R-0041/listing.html)
- Record
- SN05133760-W 20181026/181024230751-9d2b0bf8cc8cf050f987562aa9e980f8 (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 |