Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MARCH 01, 2020 SAM #6667
SOLICITATION NOTICE

28 -- Overhaul of the #3 Bearing Air Seal

Notice Date
2/28/2020 11:42:00 AM
 
Notice Type
Solicitation
 
NAICS
336412 — Aircraft Engine and Engine Parts Manufacturing
 
Contracting Office
FA8121 AFSC PZAAA TINKER AFB OK 73145-3303 USA
 
ZIP Code
73145-3303
 
Solicitation Number
FA812120R0003
 
Response Due
3/16/2020 1:00:00 PM
 
Archive Date
03/31/2020
 
Point of Contact
Dawn Purtle, Phone: 405-734-8487, Linda Wingenbach, Phone: 405-739-7594
 
E-Mail Address
dawn.purtle.3@us.af.mil, linda.wingenbach@us.af.mil
(dawn.purtle.3@us.af.mil, linda.wingenbach@us.af.mil)
 
Description
AFSC/PZAAA, 3001 STAFF DR, STE 1AF1/98C, TINKER AFB, OK 73145-3032 Description: Overhaul of the #3 Bearing Air Seal�� Issue date:��14 Feb 20, Closing/response date:�16 Mar�20���� PR(s): FD2030-19-02241/FD2030-19-33336 Nomenclature/Noun: Seal, Ring. Labyrinth� � This contract will�be a 1-year basic requirements-type contract with 4 one-year options. It will support both USAF and FMS customers.� � RMC � R1/C NSN(s): 2840-01-381-6850NZ � Part Number: 4080811 � Critical Safety Item� � Quantity/Delivery: ((Best Estimated Quantity (BEQ) and delivery are below)) CLIN 0001 - USAF (Basic, Year 1) BEQ 36 ea; delivery: 4 per month starting 30 Days after receipt of Order CLIN 0002 � FMS (Basic, Year 1) BEQ 15 ea; delivery: 4 per month starting 30 Days after receipt of Order CLIN 0003 � USAF�(Basic, Year 1) Over & Above CLIN 0004 � USAF & FMS Data & Reports (Basic, Year 1) CLIN 1001 � USAF (Option I, Year 2) BEQ 36 ea; delivery: 4 per month starting 30 Days after receipt of Order CLIN 1002 � FMS (Option I, Year 2) BEQ 15 ea; delivery: 4 per month starting 30 Days after receipt of Order CLIN 1003 � USAF�(Option I, Year 2) Over & Above CLIN 1004 � USAF & FMS Data & Reports (Option I, Year 2) CLIN 2001 � USAF (Option II, Year 3) BEQ 36 ea; delivery: 4 per month starting 30 Days after receipt of Order�� CLIN 2002 � FMS (Option II, Year 3) BEQ 18 ea; delivery: 4 per month starting 30 Days after receipt of Order CLIN 2003 � USAF�(Option II, Year 3) Over & Above CLIN 2004 � USAF & FMS Data & Reports (Option II, Year 3) CLIN 3001 � USAF (Option III, Year 4) BEQ 36 ea; delivery: 4 per month starting 30 Days after receipt of Order CLIN 3002 � FMS (Option III, Year 4) BEQ 18 ea; delivery: 4 per month starting 30 Days after receipt of Order� CLIN 3003 � USAF�(Option III, Year 4) Over & Above CLIN 3004 � USAF & FMS Data & Reports (Option III, Year 4) CLIN 4001 � USAF (Option IV, Year 5) BEQ 36 ea; delivery: 4 per month starting 30 Days after receipt of Order CLIN 4002 � FMS (Option IV, Year 5) BEQ 19 ea; delivery: 4 per month starting 30 Days after receipt of Order� CLIN 4003 � USAF (Option IV, Year 5) Over & Above CLIN 4004 � USAF & FMS Data & Reports (Option IV, Year 5) � Application: F100 Engine � Destination: Tinker AFB OK � Export Control: No� � UID: If unit price exceeds $5,000 then UID requirements will apply. � Qualificiation Requirements:� Sources must be qualified prior to being considered for award.� To be eligible for contract award, the offeror must be an approved source IAW FAR 52.209-1, Qualification Requirements.� The Government is not required to delay contract award to review pending Source Approval Requests (SARs).� Therefore, offerors are encouraged to submit SARs as soon as possible.� If the Government has not completed review of a SAR when the contract is awarded, the SAR will be retained and the source will be reviewed as a possible source for future awards � Additional Information:� Authority: 10 U.S.C. 2304(c)(1), Justification:� Supplies (or services) required are from one or only a limited number of source(s) and no other type of supplies or services will satisfy agency requirements. All responsible sources may submit a capability statement, proposal or quotation, which shall be considered by the agency. Intended source is Flight Support, Inc. � Note:� 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. � Based upon market research, the Government is not using the policies contained in FAR 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 � 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.beta.sam.gov. This is NOT a small business set-aside. Buyer Name: Dawn Purtle Phone Number: (405) 734-8487 E-mail Address: dawn.purtle.3@us.af.mil
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/dd1bea3dff244498aeac443a0950b512/view)
 
Place of Performance
Address: USA
Country: USA
 
Record
SN05575896-F 20200301/200228230314 (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.