Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MAY 15, 2020 SAM #6742
SOLICITATION NOTICE

16 -- E-3A Aircraft Gearbox Assembly

Notice Date
5/13/2020 12:51:08 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
SPRTA120R0078
 
Response Due
5/29/2020 1:00:00 PM
 
Archive Date
02/18/2021
 
Point of Contact
Tracy Clendennen, Phone: 4058553552
 
E-Mail Address
tracy.clendennen@us.af.mil
(tracy.clendennen@us.af.mil)
 
Description
1. Estimated Solicitation issue date is�18 February 2020 with an estimated closing/response date of�3�April 2020. � It is the intention of DLA Aviation at Oklahoma City to allow a 45-Day Solicitation period for Boeing Rights Guard applicable acquisitions with days 1 through 15 being allotted to allow time for additional potential sources to submit requests for, and receive, the BRG Technical Data Package CD-ROM.� This additional time over-andabove the standard 30-day Solicitation timeframe is a courtesy and serves as constructive notice that it is the affirmative responsibility of potential offerors to monitor the FBO and quickly process requests for the BRG Technical Data Package CD-ROM and that Solicitation Closing Dates WILL NOT be extended for the solepurpose to allow for additional time to propose. � � 2. Request for Proposal #:� SPRTA1-20-R-0078 � 3. Purchase Request:� FD2030-20-00129, US Air Force Requirement � 4. Nomenclature/Noun:� Gearbox Assembly � 5. NSN:�� 1680-01-006-9986AW � 6. Part Number:�� 65-40181-9 � 7. Application (Engine or Aircraft):�� E-3A Aircraft � 8. Acquisition Method Code (AMC):� 1/C � Due to export controlled restrictions the technical data can only be viewed by vendors authorized to view export controlled data.� � Acquisition is subject to Boeing Rights Guard (BRG) restrictions and procedures.� Information concerning procedures to request/obtain the BRG Technical Data Package via a CD-ROM as well as the applicable points-of-contact will be outlined on the solicitation itself, when issued. � 9. History:� Previously purchased 1 each from the Boeing Company on contract SPM4A109G0004 UN36, awarded on 25 July 2012. � 10. Description/Function:�� The rudder power trim gearbox consists of bearings, splined shafts, and gears mounted in a magnesconverts liner motion of the rudder trim actuator into rotational motion of the rudder trim torsion shaft.�� � 11. Dimensions:� Approximately 7.3 inches in length, 5.8 inches in width and 5.1.00 inches in height, and 5.2 lbs in weight. � 12. Material:� Composed of aluminum alloy, magnesium, and steel� � 13. Sources / Qualified Sources (Qualification Requirements Apply):� Export Controlled Certification.� Approved Source The Boeing Company (Cage 81205).� � 14. Qualification Requirements:� Applicable.�� � � 15. First Article:� First Article(s) ARE required for this acquisition for a quantity of 3 each.� If there are any applicable waiver criteria, these will be detailed in the solicitation itself, when issued. � 16. Export Control: Yes. You are REQUIRED to be �EXPORT CONTROLLED� certified in order to receive and view the Technical Data Package / drawings for this solicitation.�� � If your company intends to become Export Control Certified, a web site for registration exists:� http://www.dlis.dla.mil/jcp/.�� � 17. Award of a New Manufacture Fixed-Quantity, Firm Fixed-Price contract is contemplated.� Notice of Range Quantity Solicitation:� The current required quantity is 12 to include first 3 ea first articles. However, the final required quantity may change.� Therefore, offeror(s) are required to propose prices for the specific quantity ranges identified in the Solicitation, when issued.� The current overall possible quantity range for this acquisition is between a Minimum quantity of 9 ea. and Max quantity of 39 ea., to include First Article(s), if required.� If the specific quantity ranges identified in the Solicitation do not provide the best pricing option for your company business model, then the contractor has the option of identifying within Provision 52.207-4, those suggested quantity ranges, for informational/planning purposes only that yield your best prices to the Government.� Offeror(s) are still required to submit proposals for the specific quantity ranges identified in the Solicitation. � The Final fixed-quantity of this requirement is at the sole discretion of the Government and the Government reserves the right to award no contract at all depending on the quality and prices of proposal(s) received.� The final buy quantity will be re-evaluated and determined upon receipt of proposal(s) and the closing date of the Solicitation. � Surplus is not solicited. � Required Delivery Schedule:� 3 ea. first articles, no later than 120 days ARO, end production units no later than 752 days after approval of first article.�� �Destination:� DLA Distribution Depot Oklahoma; Tinker AFB � 18. Mandatory Language: � Written procedures will be used for this solicitation.�� Electronic submission of completed/signed proposals via scanned PDF through e-mail to the contracting officer is authorized.��� � DLA OMBUDSMAN (a) An ombudsman has been appointed to hear and facilitate the resolution of concerns from offerors, potential offerors, and others for 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. Further, the ombudsman does not participate in the evaluation of proposals, the source selection process, or the adjudication of protests or formal contract disputes. The ombudsman may refer the party to another official who can resolve the concern.� � (b) 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). � (c) The Competition Advocate (CA) at each contracting activity/office (as defined in DLAD 2.101) shall act as the ombudsman and attempt to resolve contractor complaints.� DLA AVIATION AT OKLAHOMA CITY CA/Ombudsman can be reached at (405) 855-3556.� DO NOT CALL THIS NUMBER FOR SOLICITATION REQUESTS.� Complaints which cannot be so resolved shall be forwarded to the HQ through J-72 for resolution by the DLA competition advocate.� Each activity is responsible for developing procedures for executing the duties and responsibilities. (d) The ombudsman has no authority to render a decision that binds the agency. (e) 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. � 19. UID marking requirements IAW DFARS clause 252.211-7003 apply to this acquisition. � 20.� This procurement is not a Small Business Set Aside. � 21. 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.beta.sam.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. � �
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/c71f649aa61c463b92e16504dafdba25/view)
 
Place of Performance
Address: USA
Country: USA
 
Record
SN05656217-F 20200515/200513230155 (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.