Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF DECEMBER 25, 2020 SAM #6966
MODIFICATION

16 -- SPRTA121Q0118, Actuating Cylinder Applicable to the KC-135, NSN 1650-00-886-0340, PN 65-10565-15

Notice Date
12/23/2020 1:37:11 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
SPRTA121Q0118
 
Response Due
2/10/2021 1:15:00 PM
 
Archive Date
12/31/2021
 
Point of Contact
Tracy Clendennen, Phone: 4057399071
 
E-Mail Address
tracy.clendennen@us.af.mil
(tracy.clendennen@us.af.mil)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
This requirement is not expected to exceed the Simplified Acquisition Threshold. The solicitation� will be available for review on Beta Sam website (www.beta.sam.gov). Potential offerors are� encouraged to submit offers via email to the address listed on the solicitation. Therefore IAW with FAR part 5.202(a)(13), exception: (i) � � � � � Is for an amount not expected to exceed the simplified acquisition threshold (ii) � � � � �Will be made through a means that provides access to the notice of proposed contract� action through the GPE. (iii) � � � � Permits the public to respond to the solicitation electronically. Electronic commerce is defined at 41 USC sec. 426 as electronic techniques for accomplishing� business transactions, including electronic mail. Thus, provided the complete solicitation package is available through the GPE and offerors are� permitted to respond electronically (i.e., email in this case), the proposed contract action would� not need to be synopsized. Therefore, synopsis is hereby waived as this acquisition is not expected� to exceed the simplified acquisition threshold, request for proposal will be made through BETA SAM� (www.Beta.SAM.gov), and the offerors will be able to respond electronically. The solicitation� number for this requirement is: SPRTA1-21-Q-0118. Synopsis is hereby waived. 1. Estimated Solicitation issue date is 22 Dec 20 with an estimated closing/response date of 10 Feb� 2021. 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-and-above 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 BETA SAM and quickly process requests for the BRG Technical Data Package CD-ROM� and that Solicitation Closing Dates WILL NOT be extended for the sole-purpose to allow for� additional time to �propose. 2. Request for Proposal #: SPRTA1-21-Q-0118 3. Purchase Request: FD2030-21-00439, US Air Force Requirement 4. Nomenclature/Noun: Actuating Cylinder 5. NSN: 1650-00-886-0340 6. Part Number 65-10565-15 7. Application (Engine or Aircraft): KC 135 Aircraft 8. Acquisition Method Code (AMC): 1/G; Suitable for competitive acquisition for the second or� subsequent time. Full and Open Competitive Acquisition for the Second or Subsequent Time. The� Government has rights to the technical data, the data package is complete, and there are no� technical data, engineering, tooling or manufacturing restrictions. �(This is the only AMSC that� implies that parts are candidates for full and open competition. �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 3 each from Handy Tool & Manufacturing Company Inc on purchase� order SPRTA1-17-P-0193, awarded on 17 Aug 2017. 10. Description/Function: Valve Assembly, Hydr 11. Dimensions: 4.74 inches long X 1.4 inches wide X 1.53 inches high, weighing 26.70 lbs. 12. Material: Aluminum and Steel 13. Sources: Total Small Business Set A-Side, Export Controlled Certification, and Boeing Rights� Guard Certification required. 14. First Article: Applicable. 15. �Surplus: New/Unused Government and Commercial Surplus Allowed required part number and� manufacturer verification, prior Government ownership (for Government surplus), and 100 end item� inspection. 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:� https://www.dla.mil/HQ/LogisticsOperations/Services/JCP/. Foreign owned firms are advised to contact the contracting officer or program manager before� submitting a proposal to determine whether there are restrictions on receiving an award. Access to� the Technical Data Package for this acquisition is restricted to potential offerors who have met � the requirements to view/receive Export Controlled data as well as satisfying the requirements� under the Boeing Rights Guard controls and procedures to receive/view the Bid-Set package via a� Boeing Rights Guard CD-ROM. 17. Award of a New Manufacture Fixed-Quantity, Firm Fixed-Price contract is contemplated. Notice of� Range Quantity Solicitation: The current required quantity is 4 ea to include the first article. 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 a between a Minimum quantity of 1 ea and Max quantity of 9 ea. �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� quote(s) and the closing date of the Solicitation. Surplus is authorized for this procurement. Required Delivery Schedule: 51 days after receipt of order. �Destination: DLA Distribution Depot,� Hill AFB, Oklahoma. 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 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 a total 100% Small Business Set Aside. 21. The solicitation will be available for download on the release date from www.beta.sam.gov. No telephone requests. Questions concerning this synopsis or subsequent solicitation can be directed to Tracy Clendennen at \the email address, �tracy.clendennen@us.af.mil. �
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/d8524b526a5f4b9386a16758cf649408/view)
 
Place of Performance
Address: USA
Country: USA
 
Record
SN05880299-F 20201225/201223230110 (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.