Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MARCH 25, 2022 SAM #7420
SOLICITATION NOTICE

15 -- A-10 Trailing Edge Parts (4 NSNs) 5 YR IDIQ

Notice Date
3/23/2022 12:19:36 PM
 
Notice Type
Presolicitation
 
NAICS
336413 — Other Aircraft Parts and Auxiliary Equipment Manufacturing
 
Contracting Office
FA8212 AFSC PZABA HILL AFB UT 84056-5825 USA
 
ZIP Code
84056-5825
 
Solicitation Number
FA8212-22-R-0023
 
Response Due
5/26/2022 3:00:00 PM
 
Point of Contact
Leslie Evans, Phone: 8015863964
 
E-Mail Address
leslie.evans.1@us.af.mil
(leslie.evans.1@us.af.mil)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
This is a pre-solicitation synopsis in accordance with FAR 5.201. This is not a Request for Proposal or Quote (RFP/RFQ) or an Invitation For Bid (IFB), nor is it construed as a commitment by the Government.� The synopsis is prepared for the purpose of notifying potential offerors of an upcoming solicitation.� 2. REQUIREMENT A-10 SPARES: A-10 TRAILING EDGE PARTS CLIN 0001 PN: 160D612512-2 NSN: 1560-01-126-3144FJ, A-10 Trailing Edge (1EA FA + 51EA Production Articles) CLIN 0002 PN: 160D612512-1 NSN: 1560-01-128-7534FJ, A-10 Trailing Edge (1EA FA + 29EA Production Articles) CLIN 0003 PN: 160D611512-2 NSN: 1560-01-134-4422FJ, Support, Structural (1EA FA + 89EA Production Articles) CLIN 0004 PN: 160D611512-1 NSN: 1560-01-173-6001FJ, Support, Structural (1EA FA + 83EA Production Articles) Higher level contract quality certification required.� Potential offerors must submit AS9100 certification or higher with the bid and with the Source Approval Request (SAR), if not a qualified manufacturer.���� Acquisition Type: Full & Open Competition to Qualified Manufacturers � Total Small Business Set-Aside.� Contract Type: FFP Single-Award IDIQ with a 5-year ordering period.� Please let the PCO know as soon as possible if restrictions on raw materials will prevent bidding for the out years at a fair and reasonable prices. � Acquistion Threshold and Scope: Per the Independent Government Estimate (IGE) the total estimated acquisition value is greater than the $5M threshold but less than the $50M threshold.� The Government does not have the authority and clearance to exceed this acquisition scope.� Foreign participation is not permitted at the prime contractor level.� Acquistion Schedule (Tentative): Post Synopsis 23MAR2022-25 APR2022; post formal RFP 26APR2022-26MAY2022; award NLT 30 days after RFP close-out date or by 25JUN2022. Technical Data Package (TDP) Access:� Offers shall be IAW the current TDP.�� To access the TDP contractors must have a registered role in SAM.gov.� Login and search for the purchase request (PR) number FD2020-22-0175-00 and select �Request Access�.� The PCO does not receive the request.� Please e-mail the PCO so he/she can approve the request.��� ���� Acquisition Subject to Qualification Requirement. �Replenishment parts must be acquired so as to ensure the safe, dependable, and effective operation of the military aircraft, the A-10s, and thus military aircraft parts are subject to qualification requirements per FAR 17.7, Acquisition of Replenishment Parts and FAR 9.2, Qualification Requirements.� Potential offerors must be qualified manufacturer(s) to bid. Potential offerors may submit a Source Approval Request (SAR) per the attached Source Qualification Statement Spares (SQSS). �All responsible qualified manufacturers may submit a bid, proposal, or quotation which shall be considered by the agency.� As prescribed in FAR 9.202 (e) and (d), 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 nor refer challenges to the qualification requirements to the small business administration.� MIN QTY CLIN 0001 PN: 160D612512-2 NSN: 1560-01-126-3144FJ, A-10 Trailing Edge CLIN 0001AA Production Articles, 51EA CLIN 0001AB First Article, 1EA CLIN 0002 PN: 160D612512-1 NSN: 1560-01-128-7534FJ, A-10 Trailing Edge CLIN 0002AA Production Articles, 29EA CLIN 0002AB First Article, 1EA CLIN 0003 PN: 160D611512-2 NSN: 1560-01-134-4422FJ, Support, Structural CLIN 0003AA Production Articles,�89EA CLIN 0003AB First Article, 1EA CLIN 0004 PN: 160D611512-1 NSN: 1560-01-173-6001FJ, Support, Structural CLIN 0004AA Production Articles, 83EA CLIN 0004AB First Article,��1EA OPTION ADDITIONAL PRODUCTION ARTICLES Best Est. Qty (BEQ) CLIN 0010 PN: 160D612512-2 NSN: 1560-01-126-3144FJ, A-10 Trailing Edge,�40EA Contractor shall state minimum qty per order (if applicable, if not applicable ""N/A"") Min Qty____.� Unit price sheet for each out years (after FA acceptance, if required): Yr 1 (FY2023) $____; Yr 2 (FY2024) $____; Yr 3 (FY2025) $_____; Yr 4 (FY2026) $_____ CLIN 0011 PN: 160D612512-1 NSN: 1560-01-128-7534FJ, A-10 Trailing Edge,�40EA Contractor shall state minimum qty per order (if applicable, if not applicable ""N/A"") Min Qty____.� Unit price sheet for each out years (after FA acceptance, if required): Yr 1 (FY2023) $____; Yr 2 (FY2024) $____; Yr 3 (FY2025) $_____; Yr 4 (FY2026) $_____ CLIN 0012 PN: 160D611512-2 NSN: 1560-01-134-4422FJ, Support, Structural,�40EA Contractor shall state minimum qty per order (if applicable, if not applicable ""N/A"") Min Qty____.� Unit price sheet for each out years (after FA acceptance, if required): Yr 1 (FY2023) $____; Yr 2 (FY2024) $____; Yr 3 (FY2025) $_____; Yr 4 (FY2026) $_____ CLIN 0013 PN: 160D611512-1 NSN: 1560-01-173-6001FJ, Support, Structural,�40EA Contractor shall state minimum qty per order (if applicable, if not applicable ""N/A"") Min Qty____.� Unit price sheet for each out years (after FA acceptance, if required): Yr 1 (FY2023) $____; Yr 2 (FY2024) $____; Yr 3 (FY2025) $_____; Yr 4 (FY2026) $_____
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/a92a90b4c8be44679ea55e06e47d137f/view)
 
Place of Performance
Address: USA
Country: USA
 
Record
SN06276507-F 20220325/220324211505 (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.