Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF DECEMBER 02, 2020 SAM #6943
MODIFICATION

16 -- F-16 Sieve Bed Set

Notice Date
11/30/2020 11:26:16 AM
 
Notice Type
Solicitation
 
NAICS
336413 — Other Aircraft Parts and Auxiliary Equipment Manufacturing
 
Contracting Office
FA8118 AFSC PZABB TINKER AFB OK 73145-3303 USA
 
ZIP Code
73145-3303
 
Solicitation Number
FA8118-21-R-0007
 
Response Due
12/30/2020 1:00:00 PM
 
Archive Date
12/30/2020
 
Point of Contact
JOHN D. FREEMAN, JR., Phone: N/A, Fax: N/A
 
E-Mail Address
john.freeman.16@us.af.mil
(john.freeman.16@us.af.mil)
 
Description
The United States Air Force through Air Force Sustainment Center (AFSC), Tinker AFB 73145 is contemplating the Remanufacture of F-16 Sieve Bed Set. The contractor shall provide all labor, facilities, equipment and all material to accomplish 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. A firm fixed price Indefinite Delivery Requirements type contract is contemplated with a three-year basic and two-one year options.� The requirements set forth in this notice are defined per Purchase Request FD2030-20-00637 as follows: Written response is required. Item 0001: Sieve Bed Set, Basic Years plus Two - 1 Year Options; NSN: 1660-01-643-5164 BO P/N 1601470-1; Applicable to F-16 aircraft for a best estimated quantity (BEQ) of Base Year � 85 each/year and Option Year I � 85 each/year, Option Year II � 85 each/year Item 0002: Over and Above. To be negotiated. Item 0003: Data (Not Separately Priced) NSN: 1660-01-643-5164 BO: Function: The Molecular Sieve Beds operate using the pressure-swing adsorption to produce an oxygen enriched gas. Dimensions: 10.0� H x 8.0� W x 16.0� L and weighs 45 lbs. Material: Aluminum/Molecular Sieve. Delivery: 25 each every month beginning 30 days after receipt of order (ARO) and reparable units.� Delivery 25 each every 30 days thereafter; until production is complete. Early delivery is acceptable. Ship To: Shipping instructions will be provided by the Production Management Specialist (PMS) prior to any shipments of serviceable assets. Duration of Contract Period: 5 Year Requirements Contract (Three Year Basic with Two � 1 Year Options) Qualification Requirements: QUALIFICATION REQUIREMENTS APPLY. Interested vendors that have not been previously qualified for this acquisition must submit a Source Approval Request (SAR) package to the Source Development, Small Business Office at 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.� Part requires engineering source approval by the design control activity in order to maintain the quality of the part. Existing unique design capability, engineering skills, and manufacturing knowledge by the qualified source(s) require acquisition of the part from approve sources.� If any component part does not meet inspection requirements as specified in the applicable TO, or if there is any doubt as to its serviceability or longevity, the Contractor shall replace the component if it cannot be restored to the original life expectancy, or nearly so. The contractor is advised to include the cost of replacing a percentage of re-usable and recoverable components, as identified above, in their Remanufacture cost proposal. Certain parts shall be replaced one-hundred percent (100%) of the time during each Remanufacture event and are specified in Section 5 of Statement of Work. The pricing for these items shall be included in the Remanufacture cost. Condemned units will not be counted as production. Export Control: N/A The Government intends to issue solicitation FA8118-21-R-0007 on or about 30 November 2020 with a closing response date of 30 December 2020 and estimated award date of on or about 22 January 2021. Based upon market research, the Government will not be 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.� 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 they are 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. APPLICABLE TECHNICAL ORDERS ������� ���� General Technical Orders TO NUMBER��� DATE�������������������������� ����������� TITLE�� �� 00-5-1������������� 14 JUNE 2016�������������� ����������� AF TECHNICAL ORDER SYSTEM���������� �� 00-5-3������������� 1 APRIL 2016�������������� ����������� AF TECHNICAL ORDER LIFE CYCLE MANAGEMENT �� 00-35D-54������� 1 SEPTEMBER 2015���� ����������� USAF DEFICIENCY REPORTING, INVESTIGATION AND RESOLUTION OTHER PUBLICATIONS FOR INFORMATION PURPOSES ONLY NOTE: These publications are for information purposes only. Air Force Manuals DOCUMENT NUMBER������������� DATE�������������������������� TITLE AFI 23-101������������������������������� 12 DECEMBER 2016��� AIR FORCE MATERIAL MANAGEMENT AFMAN 23-215������������������������ 6 AUGUST 2001���������� REPORTING OF SUPPLY DISCREPANCIES DoD/Air Force Forms FORM NUMBER���������������������� TITLE SF 364������������������������������������ REPORT OF DISCREPANCY SF 368������������������������������������ QUALITY DEFICIENCY REPORT DD1574����������������������������������� SERVICEABLE TAG � MATERIEL DD1574-1�������������������������������� SERVICEABLE LABEL � MATERIEL DD1577-2�������������������������������� UNSERVICEABLE (REPAIRABLE) TAG � MATERIEL DD1577-3�������������������������������� UNSERVICEABLE (REPAIRABLE) LABEL � MATERIEL DD1577����������������������������������� UNSERVICEABLE (CONDEMNED) TAG � MATERIEL DD1577-1�������������������������������� UNSERVICEABLE (CONDEMNED) LABEL � MATERIEL DD1575����������������������������������� SUSPENDED TAG � MATERIEL DD1575-1�������������������������������� SUSPENDED LABEL � MATERIEL AFMC FORM 158�������������������� PACKAGING REQUIREMENTS CONTRACTOR DOCUMENTS PART NUMBER����������������������� DRAWING NUMBER���������������� TITLE AND DATE N/A������������������������������������������ N/A������������������������������������������ N/A 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 NUMBER FOR SOLICITATION REQUESTS. Electronic procedures will be used for this solicitation. No telephone requests. Only written or emailed requests received directly from the requestor are acceptable.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/b419f274e5fd4929856af5fa23e779c8/view)
 
Record
SN05862055-F 20201202/201130230142 (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.