MODIFICATION
15 -- AI Structural Plate for B-1B Aircraft
- Notice Date
- 3/4/2020 12:54:10 PM
- Notice Type
- Solicitation
- NAICS
- 336413
— Other Aircraft Parts and Auxiliary Equipment Manufacturing
- Contracting Office
- DLA AVIATION AT OKLAHOMA CITY, OK TINKER AFB OK 73145-3070 USA
- ZIP Code
- 73145-3070
- Solicitation Number
- SPRTA120R0077
- Response Due
- 4/3/2020 1:00:00 PM
- Archive Date
- 04/03/2021
- Point of Contact
- Tracy Clendennen, Phone: 405 739-9071
- E-Mail Address
-
tracy.clendennen@us.af.mil
(tracy.clendennen@us.af.mil)
- Description
- 1. The solicitation estimated issue date is�4�March 2020 with an estimated response date of�03�April 2020. 2. Solicitation: SPRTA1-20-R-0077 3. Purchase Request: FD2030-20-00252 4. Nomenclature/Noun: AI STRUCTURAL PLATE 5. NSN: 1650-01-412-6649EK 6. Part Number: L5416942-001 7. Application: B-1B Aircraft 8. Acquisition Method Code (AMC): 3/P - Sole Source Acquisition for the Second or Subsequent Time 9. History: Previously purchased from ATK Space Systems Inc. on contract SPRTA1-14-C-0101, awarded 25 September 2014. 10. Description/Function/Material: The shrouds are constructed of fiberglass/epoxy prepreg face skins bonded to electrically resistive treated heat resistant polyamide paper/phenolic resin honeycomb core with rectangular cells. The RAM shrouds are used to reduce the RCS of the electronic equipment within the aft radome antenna cavity and surrounding structure.�� . 11. Dimensions: 24.50 inches long X 24.50 inches wide X 12.50 inches high, weighing 5.00 lbs. 12. Qualified Source: ATK Space Systems (Cage 8Z061) 13. First Article: Not applicable to this acquisition. 14. Export Control: Yes. 15. Surplus: Not Applicable 16. Contract Type: New Manufacture, Fixed Quantity, Firm Fixed Price 17. Quantity: The current required quantity is 16 ea. However, the required quantity may change therefore contractor shall provide proposed prices to the following ranges. If the quantity ranges provided in this solicitation do not provide the best pricing option then the contractor shall submit quantity ranges that yield the best prices to the Government based the Min quantity of 4 ea and Max quantity of�24 ea. See clause 52.207-4. The quantity of this solicitation will be re-evaluated upon receipt of the contractor�s proposal. 18. Required Delivery Schedule: Items shall be delivered at a rate of 4 each monthly beginning 422 calendar days after receipt of contract. 19. Destination: DLA Distribution Depot Oklahoma, Tinker AFB, OK 73145-8000 21. Mandatory Language: The current qualified source is ATK Space Systems (Cage 8Z061). Authority: 10 U.S.C. 2304(c)(1), Justification: Supplies (or Services) required are available from only one or a limited number of responsible source(s) and no other type of supplies or services will satisfy agency requirements. 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 6.302-1. This notice of intent is not a request for competition. However, all proposals received within 60 days (30 days if award is issued under an existing basic ordering agreement) 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. In accordance with FAR 5.207(c)(16)(ii), all responsible sources may submit a capability statement, proposal or quotation, which shall be considered by the agency. It is suggested that small business firms or others interested in subcontracting opportunities in connection with the described procurement make contact with the firm listed. 22. Commerciality: Based on 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. 23. Ombudsman: An ombudsman has been appointed to hear concerns from offerors or potential offerors during the proposal development phase of this acquisition. When requested, the ombudsman will maintain strict confidentiality as to the source of the concern. The existence of the ombudsman does not affect the authority of the program manager, contracting officer, or source selection official. The purpose of the ombudsman is to communicate contractor concerns, issues, disagreements and recommendations to the appropriate Government personnel. The ombudsman does not participate in the evaluation of proposals or in the source selection process. Before consulting with an ombudsman, interested parties must first address their concerns, issues, disagreements, and/or recommendations to the contracting officer for resolution. Consulting an ombudsman does not alter or postpone the timelines for any other processes (e.g., agency level bid protests, GAO bid protests, requests for debriefings, employee-employer actions, contests of OMB Circular A-76 competition performance decisions). Do not contact the ombudsman to request copies of the solicitation, verify offer due date, or clarify technical requirements. Such inquiries shall be directed to the contracting office. Interested parties are invited to contact the ombudsman at (405) 855-3556, facsimile (405) 855-3556. 24. 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 on the release date only from www.fbo.gov. Questions concerning this synopsis or subsequent solicitation can be directed to Tracy Clendennen at (405) 855-3552 or email at tracy.clendennen@us.af.mil. 25. UID marking requirements, IAW DFARS clause 252.211-7003, apply to this acquisition.
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/47c4389cc8de4257bd48ba2873ae9c9b/view)
- Place of Performance
- Address: USA
- Country: USA
- Country: USA
- Record
- SN05579080-F 20200306/200304230141 (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 |