Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF OCTOBER 02, 2020 SAM #6882
MODIFICATION

29 -- T700 ANTI ICING START BLEED VALVE

Notice Date
9/30/2020 11:03:48 AM
 
Notice Type
Solicitation
 
NAICS
336412 — Aircraft Engine and Engine Parts Manufacturing
 
Contracting Office
W6QK ACC-RSA REDSTONE ARSENAL AL 35898-0000 USA
 
ZIP Code
35898-0000
 
Solicitation Number
W58RGZ-20-R-0096
 
Response Due
11/2/2020 2:00:00 PM
 
Archive Date
11/17/2020
 
Point of Contact
James K. Mosley, PROCUREMENT SPECIALIST, Phone: 2568421553, Lindy L. Pinchon, Phone: 2569559304
 
E-Mail Address
james.k.mosley2.civ@mail.mil, lindy.l.pinchon.civ@mail.mil
(james.k.mosley2.civ@mail.mil, lindy.l.pinchon.civ@mail.mil)
 
Description
The Contractor shall furnish all services, facilities, labor, parts, materials, equipment, tools and data (other than Government Furnished Property), necessary to accomplish the inspection and overhaul of the following assets: Weapon System: T700 Noun: Anti Icing Bleed Valve Input / Output NSN: 2995-01-294-9867 Input / Output P/N: 4046T28G14 ESTIMATED QUABTITY RANGE: Min Quantity: 750 each, Max Quantity: 4740 each (Maximum includes a Foreign Military Sales (FMS) Quantity of 790 each) The proposed contractual action will be a Five (5) year, Firm-Fixed-Price (FFP).� Indefinite Delivery Indefinite Quantity (IDIQ) Maintenance and Overhaul type contract, with minimum /maximum quantities listed above. This overhaul/upgrade requirement will be accomplished IAW DMWR 55-2995-231, Revision Date 15 May 1983, Change #:4 and applicable Maintenance Engineering Order (MEOs), DMWR and MEOs shall be request.� Contractor shall have an approved� DD2345, see solicitation for instructions. The UH-60 Main Rotor Blade is a Critical Safety Item. Pursuant to the provisions of Public Law No. 108-136, National Defense Authorization Act Fiscal Year 2004, Section 802, Quality Control in Procurement of Aviation Critical Safety Items and Related Services, as implemented for acquisition by Department of Defense Acquisition Regulation Supplement (DFARS 209-270), contracts for modification, repair, or overhaul/upgrade of CSI items can only be awarded to the following approved sources for this effort: TAT Technologies, 2 Neta Blvd, Re�em Industry Park, BNEI AYISH, 006086000, Israel (Cage Code 1523A); AeroKool Aviation Corporation, 1495 SE 10th Ave, Hialeah, FL 33010-5916, (Cage Code 1A821); Vacco IndustriesInc. El Segundo Products Div, 10350 Vacc0 Street, South El Monte, CA 91733-3316, (Cage Code 1PVC5); AAR Aircraft Component Services, 747 Zeckendorf Blvd, Garden City, NY 11530-2110, (Cage Code 3Y015); Overhaul Support Services, LLC, 5 Connecticut South Drive, East Granby, CT 06026-9738, (Cage Code 52VE4); General Electric Company, 1000 western Ave, Lynn, MA 01905-2655, (Cage Code 99207) are the only known sources possessing the technical data in its entirety required to accomplish the overhaul/upgrade effort. Both a Product Verification Audit (PVA) and M&O CSI Quality Systems Requirement (QE-STD- 2) are required for the overhaul/upgrade. Contractors are encouraged to seek Source Approval. Requests (SAR) in order to become an approve source by submitting documentation in accordance with the procedures are outlined at the following website: https://www.avmc.army.mil/Directorates/SRD/SAR/ and looking under Standard Aviation and Missile Source Approval Request (SAMSAR). All responsible sources may submit an offer which shall be considered by the Agency. Offers shall be submitted in accordance with FAR Clause 52.215-1. Electronic submissions for proposals are authorized and is the preferred method of submission. Proposals should be emailed to james.k.mosley2.civ@mail.mil and lindy.l.pinchon.civ@mail.mil. Due to the COVID-19 Pandemic, the Government cannot currently accept hard copies of proposals delivered by mail or hand. No fax responses shall be accepted for the initial proposal. This requirement is currently unfunded. Award will be withheld pending receipt of sufficient funds. The closing date annotated is an estimate date and may be adjusted dependent upon the date of release of the solicitation; however, the solicitation will not close prior to the closing date stated above.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/7e6ac4e1c85b4823a3beb88cffb1c8f4/view)
 
Place of Performance
Address: Redstone Arsenal, AL 35898, USA
Zip Code: 35898
Country: USA
 
Record
SN05815395-F 20201002/200930230143 (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.