Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JUNE 09, 2021 SAM #7130
SOLICITATION NOTICE

34 -- Presolicitation Notice: F16 Lower End Pad Fillet Blending Tool Kit

Notice Date
6/7/2021 2:43:20 PM
 
Notice Type
Presolicitation
 
NAICS
336413 — Other Aircraft Parts and Auxiliary Equipment Manufacturing
 
Contracting Office
FA4877 355 CONS PK DAVIS MONTHAN AFB AZ 85707-3522 USA
 
ZIP Code
85707-3522
 
Solicitation Number
FA487721Q0025
 
Response Due
6/9/2021 7:00:00 AM
 
Archive Date
06/24/2021
 
Point of Contact
Rachelle L Jenkins, Phone: 5202283095, Heidi Fox, Phone: 5202286563
 
E-Mail Address
rachelle.jenkins.3@us.af.mil, heidi.fox@us.af.mil
(rachelle.jenkins.3@us.af.mil, heidi.fox@us.af.mil)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
This is a Pre-solicitation synopsis notice in accordance with FAR 5.201. This is not a Request for Proposal or an invitation for bid (IFB), nor is it construed as a commitment by the government. This synopsis is prepared in accordance with guidance found in FAR 5.207 and is for the purpose of notifying potential offeror's of an upcoming solicitation. The USAF intends to release a solicitation on or about 10�June�2021�for acquisition of a quantity of (2) two F-16 Lower End Pad Fillet Radius Blend Tools. TO ENSURE CONTINUED PRODUCT INTEGRITY OF THE ITEM(s), INTERESTED SOURCES MUST VERIFY THAT THEY HAVE NECESSARY EXPERIENCE, CAPABILITY AND RESOURCES TO MANUFACTURE THESE ITEMS AND PROVIDE EXPEDITIED DELIVERY.� THE STRUCTURAL AND FUNCTIONAL INTEGRITY OF THE ITEM(s) CAN BE AFFECTED BY INDIVIDUAL MANUFACTURERS PROCESSES AND TECHNIQUES. Any capability statement will need to demonstrate to the government engineer how the source can manufacture/supply the item(s) while maintaining the quality of the part(s) that meets or exceeds the government requirements. All responsible sources may submit a bid, proposal, or quotation which shall be considered by the agency. Award will be made only if the offeror, the product/service, or the manufacturer is found acceptable based on all evaluation factors cited in the solicitation. The solicitation identifies the office where additional information can be obtained concerning requests for information and evaluation factors. 1.�Potential Solicitation Number: FA4877-21-Q-0025 2.�Nomenclature/Noun: F16 Lower End Pad Fillet Radius Blend Tool 3.� Estimated quantity: 2�Ea. 4.�Application (Engine or Aircraft):�F16 Aircraft Tooling 5.��History: Previously purchased multiple sources 6.�Anticipated Solicitation issue date on or after 10 June�2021�with an estimated closing/response date of 25 June�2021. 7.�Award of a�one-time Firm Fixed Priced contract is contemplated. 8.�Surplus is NOT authorized for this procurement. 9.�Governments Required Delivery Schedule if a solicitation is released: 30 July 2021 for quantity of (2) 10.�Destination: 309th Aerospace Maintenance and Regeneration Group, Davis-Monthan Air Force Base, AZ 11.�UID marking requirements IAW DFARS clause 252.211-7003 apply to this acquisition. 12.�Set-Aside Status: At this time, it is determined that the potential acquisition will be a total 100% Small Business Set Aside 13.�Place of Contract Performance: Contractor's Facility � **The FOLLOWING ARE PROPOSED LINE ITEM NUMBERS FOR INFORMATIONAL PURPOSES ONLY** Line Item: 0001 - F16 Lower End Pad Fillet Radius Blend Tool To be manufactured in accordance with F-16 Lower Pad Fillet Radius Blend Tool Drawing Package Kit #F-16-15-001 Rev. E QTY/UI: 2�EA. FOB: Origin Delivery: Units must be delivered no later than 01 Aug 2021 Estimated award date: 1 July�2021 ***EXPORT CONTROL DATA*** This acquisition involves technology that has a military or space application- OFFERORS ARE REQUIRED TO BE ""EXPORT CONTROL CERTIFIED"" in order to view drawings, Technical Orders, Specifications, etc. for this solicitation. Only DoD Contractors who have a current DD Form 2345 are authorized to have access to applicable drawings/technical orders/specifications. � Foreign participation is NOT permitted at the prime contractor level. Release approved for U.S. contractors only. Respondents are to specify whether they are large business, small business, small disadvantaged business, 8(a) concern, women-owned SB, Hubzone SB, Veteran-owned SB, or Service-disabled veteran- owned SB, and whether U.S. or foreign-owned firm. Payment terms are Net 30 days after government acceptance in Wide Area Workflow (WAWF). All payments are to be paid via the Internet through the Wide Area Workflow (WAWF) system. WAWF may be accessed at https://wawf.eb.mil. WAWF training may be accessed online at https://www.dfas.mil/contractorsvendors/irapt/wawf/training. Payment information may be accessed using the DFAS website at https://www.dfas.mil/contractorsvendors.html. The purchase order/contract number or invoice will be required to inquire status of payment.� Electronic procedures will be used for the solicitation. All current and/or future information about this acquisition, i.e. solicitation, Attachments, Amendments, Questions and Answers (Q&A's), etc., will be distributed through beta.sam.gov, therefore, interested parties are responsible for monitoring this site to ensure they have the most-up-to-date information about this acquisition. All correspondence sent via e-mail shall contain a subject line that reads the synopsis/solicitation number and title of requirement. Note that e-mail filters at Davis-Monthan AFB are designed to filter e-mails without subject lines or with suspicious subject lines or contents (i.e., .exe or .zip files). Therefore, if this information is not included in the subject line, the e-mail may not get through the e-mail filters. Also, be advised that .zip or .exe files are not allowable attachments and may be deleted by the e-mail filters at Davis-Monthan AFB. If sending attachments with e-mail, ensure only .PDF, .doc, .docx, or .xls documents are sent. The e-mail filter may delete any other form of attachments. All offerors wishing to be considered must be currently registered with System for Award Management (SAM) at www.sam.gov. and www.beta.sam.gov 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 interested 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) If resolution cannot be made by the contracting officer, the interested party may contact the ombudsman, Lt Col Aaron Judge, USAF Deputy Director of Contracting, OL-ACC Air Force Installation Contracting Agency Joint Base Langley-Eustis VA COMM: (757) 764-5372 DSN: 574-5372 aaron.judge@us.af.mil. Concerns, issues, disagreements, and recommendations that cannot be resolved at the Center/MAJCOM/DRU/SMC ombudsman level, may be brought by the interested party for further consideration to the Air Force ombudsman, Associate Deputy Assistant Secretary (ADAS) (Contracting), SAF/AQC, 1060 Air Force Pentagon, Washington DC 20330-1060, phone number (571) 256-2395, facsimile number (571) 256-2431. (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 officer.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/c1139b530ae24b17b8211c2c359a51f6/view)
 
Place of Performance
Address: AZ 85707, USA
Zip Code: 85707
Country: USA
 
Record
SN06023686-F 20210609/210608201652 (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.