Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JANUARY 08, 2020 SAM #6614
SOLICITATION NOTICE

J -- Aircraft Fuel Quantity Indicator

Notice Date
1/6/2020 6:08:56 AM
 
Notice Type
Solicitation
 
NAICS
336413 — Other Aircraft Parts and Auxiliary Equipment Manufacturing
 
Contracting Office
FA8117 AFSC PZABA TINKER AFB OK 73145 USA
 
ZIP Code
73145
 
Solicitation Number
FA8117-20-R-0005
 
Response Due
1/10/2020 1:00:00 PM
 
Archive Date
01/25/2020
 
Point of Contact
Burl Sellers, Phone: 405-739-5410, Catherine Ashford, Phone: 405-739-4436
 
E-Mail Address
burl.sellers@us.af.mil, catherine.ashford@us.af.mil
(burl.sellers@us.af.mil, catherine.ashford@us.af.mil)
 
Description
�������������������������������������E-3/E-8 Aircraft Fuel Quantity Indicator �������������������������������������������������������Multiple NSNs All questions regarding this notice are to be submitted in writing via E-mail.� 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 it is 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 NUMBERFOR SOLICITATION REQUESTS. The Government intends to issue a solicitation on or about 20 November 19 with an estimated award date of on or about 31 January 2020.� This notice does not in itself represent the issuance of a formal request for proposal and is not intended to be taken as such. The requirements set forth in this notice are defined per Purchase Request FD20301902758 as follows: This acquisition is to be sole sourced to Ametek (cage: 61349).� Ametek is the only known source possessing the data, technical expertise, special tools, and test equipment required to perform the work.� All responsible sources may submit a capability statement, proposal, or quotation, which shall be considered by the agency. Electronic procedures will be used for this solicitation. Based upon market research, the Government is not 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.� A Firm Fixed Priced, 5-year requirements type contract consisting of a 1-yr base period and four 1-year options is contemplated. Prequalification of sources is essential to maintain high quality and maximum operational safety. The requirements of FAR 9.202(a) apply. Sources must be qualified prior to being considered for award. Interested vendors that have not been previously approved for this acquisition must submit a Source Approval Request (SAR) package to the Source Development, Small Business Office @ 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. ���� ���� Export Controlled Data: This acquisition may involve technology that has a military or space application.� 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 (beta.sam) www.beta.SAM.gov.� Requests for data are to be submitted to 558cbss.gbhba.psd@tinker.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 at: http://www.dtic.mil/whs/directives/infomgt/forms/forminfo/forminfopage2220.html The Government is not responsible for misdirected or untimely requests.� If unit price exceeds $5,000.00, UID requirements will apply The contractor shall provide all labor, facilities, equipment, and material to accomplish repair/remanufacture.� The work encompasses the disassembly, cleaning, inspection, maintenance, re-assembly, testing, and finishing actions required to return the item to a like new condition in accordance with the solicitation requirements and all attachments. List of applicable Line Item Numbers (LINs): ���� **Numbering of LINs is not specific but for informational purposes only** ���� ��� � Item: 0001���� NSN: 6680-01-533-3605 RK P/N: 10729N01Y00���� NOUN: Fuel Quantity Indicator ���� ADDT�L DESC: Aluminum Alloy housing with internal electronic components, glass lens, liquid crystal display. ���� Applicable to: E-3/E-8 Item: 0001, Basic Year���� Best Estimated Qty: 21 each��� ���� Item: 1001, Option I���� Best Estimated Qty: 16� each ����� ���� Item: 2001, Option II���� Best Estimated Qty:16 each��� ��� Item: 3001, Option III���� Best Estimated Qty: 16 each���� ��� � Item: 4001, Option IV���� Best Estimated Qty: 16 each� Item: 0002, Basic Year No Fault Found � To be negotiated Item: 1002, Option I No Fault Found � To be negotiated Item: 2002, Option II No Fault Found � To be negotiated Item: 3002, Option III No Fault Found� To be negotiated Item: 4002, Option IV No Fault Found � To be negotiated Item: 0003��� NSN: 6680-01-533-3609 RK P/N: 10729N02Y00���� NOUN: Fuel Quantity Indicator ���� ADDT�L DESC: Aluminum Alloy housing with internal electronic components, glass lens, liquid crystal display. ���� Applicable to: E-3/E-8 Item: 0003, Basic Year���� Best Estimated Qty: 21 each��� ���� Item: 1001, Option I���� Best Estimated Qty: 15� each����� ���� Item: 2001, Option II���� Best Estimated Qty:15 each��� ��� Item: 3001, Option III���� Best Estimated Qty: 15 each���� ���� Item: 4001, Option IV���� Best Estimated Qty: 15 each� Item: 0004, Basic Year No Fault Found � To be negotiated Item: 1003, Option I No Fault Found � To be negotiated Item: 2003, Option II No Fault Found � To be negotiated Item: 3003, Option III No Fault Found � To be negotiated Item: 4003, Option IV No Fault Found� To be negotiated Item: 0005���� NSN: 6680-01-533-3624 RK P/N: 10729N03Y00���� NOUN: Fuel Quantity Indicator ���� ADDT�L DESC: Aluminum Alloy housing with internal electronic components, glass lens, liquid crystal display. ���� Applicable to: E-3/E-8 ���� Item: 0005, Basic Year���� Best Estimated Qty: 29 each��� ���� Item: 1001, Option I���� Best Estimated Qty: 19� each����� ���� Item: 2001, Option II���� Best Estimated Qty:14 each��� ��� Item: 3001, Option III���� Best Estimated Qty: 12 each���� ���� Item: 4001, Option IV���� Best Estimated Qty: 16 each� Item: 0006, Basic Year No Fault Found � To be negotiated Item: 1003, Option I No Fault Found � To be negotiated Item: 2003, Option II No Fault Found � To be negotiated Item: 3003, Option III No Fault Found � To be negotiated Item: 4003, Option IV No Fault Found� To be negotiated Item: 0007��� NSN: 6680-01-533-3625 RK P/N: 10729N04Y00���� NOUN: Fuel Quantity Indicator ���� ADDT�L DESC: Aluminum Alloy housing with internal electronic components, glass lens, liquid crystal display. ���� Applicable to: E-3/E-8 ���� Item: 0007, Basic Year���� Best Estimated Qty: 18 each��� ���� Item: 1001, Option I���� Best Estimated Qty: 20 each����� ���� Item: 2001, Option II���� Best Estimated Qty: 12 each��� ��� Item: 3001, Option III���� Best Estimated Qty: 15 each���� ���� Item: 4001, Option IV���� Best Estimated Qty: 13 each� Item: 0008, Basic Year No Fault Found � To be negotiated Item: 1003, Option I No Fault Found � To be negotiated Item: 2003, Option II No Fault Found � To be negotiated Item: 3003, Option III No Fault Found � To be negotiated Item: 4003, Option IV No Fault Found� To be negotiated Item: 0009��� NSN: 6680-01-533-3627 RK P/N: 10729N05Y00���� NOUN: Fuel Quantity Indicator ���� ADDT�L DESC: Aluminum Alloy housing with internal electronic components, glass lens, liquid crystal display. ���� Applicable to: E-3/E-8 ���� ���� Item: 0009, Basic Year���� Best Estimated Qty: 10 each��� ���� Item: 1001, Option I���� Best Estimated Qty: 11 each����� ���� Item: 2001, Option II���� Best Estimated Qty: 9 each��� ��� Item: 3001, Option III���� Best Estimated Qty: 11 each���� ���� Item: 4001, Option IV���� Best Estimated Qty: 4 each� Item: 0010, Basic Year No Fault Found � To be negotiated Item: 1003, Option I No Fault Found � To be negotiated Item: 2003, Option II No Fault Found � To be negotiated Item: 3003, Option III No Fault Found � To be negotiated Item: 4003, Option IV No Fault Found� To be negotiate Item: 0011, Basic Year Data � Not separately priced ����� Item: 1004, Option I Data � Not separately priced Item: 2004, Option II Data � Not separately priced Item: 3004, Option III Data � Not separately priced Item: 4004, Option IV Data � Not separately priced Item: 0012, Basic Year Over and Above � To Be Negotiated (on as needed basis) ����� Item: 1004, Option I Over an Above � To Be Negotiated (on as needed basis) Item: 2004, Option II Over and Above � To Be Negotiated (on as needed bases) Item: 3004, Option III Over and Above � To Be Negotiated (on as needed basis) Item: 4004, Option IV Over and Above �To Be Negotiated (on as needed basis) Item: 0013, Basic Year Over and Above (Expedite Fee) � To Be Negotiated (on as needed basis) ����� Item: 1004, Option I Over an Above (Expedite Fee) � To Be Negotiated (on as needed basis) Item: 2004, Option II Over and Above (Expedite Fee) � To Be Negotiated (on as needed bases) Item: 3004, Option III Over and Above (Expedite Fee) � To Be Negotiated (on as needed basis) Item: 4004, Option IV Over and Above (Expedite Fee) �To Be Negotiated (on as needed basis) Required Delivery (referencing LINs above) ���� ������� a. LIN 0001: 3ea due every 30 days ARO or assets until complete. Early delivery is acceptable ���� � b. LIN 0002: 3ea due every 30 days ARO or assets until complete. Early delivery is acceptable ���� � c. LIN 0003: 3ea due every 30 days ARO or assets until complete. Early delivery is acceptable d. LIN 0004: 3ea due every 30 days ARO or assets until complete. Early delivery is acceptable e. LIN 0005: 3ea due every 30 days ARO or assets until complete. Early delivery is acceptable f. LIN 0006:� 3ea due every 30 days ARO or assets until complete. Early delivery is acceptable g. LIN 0007: 3ea due every 30 days ARO or assets until complete. Early delivery is acceptable h. LIN 0008: 3ea due every 30 days ARO or assets until complete. Early delivery is acceptable i.LIN 0009: 3ea due every 30 days ARO or assets until complete. Early delivery is acceptable j. LIN 0010: 3ea due every 30 days ARO or assets until complete. Early delivery is acceptable k. LIN 0011: IAW CDRLs. Early delivery acceptable l. LIN 0012: TBD. Early Delivery acceptable m. LIN 0013: TBD. Early Delivery acceptable All questions regarding this notice are to be submitted in writing via E-mail.� 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.� � � CONTRACTING OFFICE POC Name: Burl S. Sellers III Title: Contracting Specialist Office: AFSC/PZABA Phone #: (405) 739-5410 Email: burl.sellers@us.af.mil Secondary Point of Contact: Name: Catherine Ashford Title: Contracting Officer Office: AFSC/PZABA Phone #: (405) 739-4436 Email: catherine.ashford@us.af.mil Contracting Office Address: 3001 Staff Drive, Ste 1AC198C Tinker AFB, Oklahoma 73145-3015 United States All questions regarding this notice are to be submitted in writing via E-mail.� 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.� ����
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/86b6f2c79bdc4e3fa154cf884516b1ae/view)
 
Record
SN05527067-F 20200108/200106230126 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM 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.