SOLICITATION NOTICE
16 -- RECEPTACLE ASSEMBLY
- Notice Date
- 4/26/2022 4:28:21 AM
- Notice Type
- Presolicitation
- 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
- SPRTA1-22-R-0110
- Response Due
- 5/26/2022 1:00:00 PM
- Point of Contact
- DEBORAH TEUBERT, Phone: 4058553546
- E-Mail Address
-
deborah.teubert@us.af.mil
(deborah.teubert@us.af.mil)
- Description
- Synopsis FD2030-21-01916 Estimated solicitation issue date 18 May 2022 �of RFP SPRTA1-22-R-0110 with an estimated response date of 19 Jun 22 PR#:� FD2030-19-01916-01 Nomenclature/Noun: ��Receptacle Assembly NSN: �1680-01-141-7358RK PN: �2752021-102 Application (Engine or Aircraft): �F-15 Engine AMC: �3D Qualified Sources:� PTI Tech (05228) History:� PTI Tech 2020 Description/Function: Provides inflight refueling capabiities Dimensions:� 40.00� (L) x 20.00� (W) x 20.00� (H) and weighs 32 (LBs) Material:� Cast Aluminum Small Business Set-Aside:� Not Applicable �Qualification Requirements:� �Not Applicable� First Article:� Not Applicable Export Control:� Not Applicable.� 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. Award Type:� Firm Fixed-Price Fixed-Quantity � Total Line Item(s) Quantity:� L/I 0001 � 13 each with NO MIN/MAX Required Delivery: �13 each total on or before 1 Dec 22 Destination:� FMS Point of contact:� ��� Deborah Teubert (405) 734-8118 DLA-Aviation/AOAC ������������� 3001 Staff Dr. Suite 2AG1109B Tinker AFB OK 73145� Mandatory Language: Authority:� 10 U.S.C. 2304(c)(1). ��Supplies or services required are available from only one or a limited number of responsible source(s) and no other type of supplies or services will satisfy agency requirements.� Therefore, the Government intends to solicit and negotiate with only one or a limited number of sources under the authority of FAR 6.302.� �Interested persons may identify their interest and capability to respond to the requirement or submit proposals.� This notice of intent is not a request for competitive proposals.� A determination by the Government not to compete this proposed contract based upon responses to this notice is solely within the discretion of the Government.� Information received will normally be considered solely for the purpose of determining whether to conduct a competitive procurement. In accordance with FAR 52.225-3, Buy American Act � Free Trade Agreements, one or more of these items under this acquisition is subject to the Free Trade Agreement. ������ Government�s obligation under this contract is contingent upon the availability of appropriated funds from which payment for contract purposes can be made.� No legal liability on the part of the Government for any payment may arise until funds are made available to the Contracting Officer for this contract and until the Contractor receives notice of such availability to be confirmed in writing by the Contracting Officer. Electronic procedures will be used for this solicitation.� Hard copies of the solicitation will not be sent from this office.� The solicitation will be available for download only at www.beta.sam.gov.� This acquisition involves technology that has a military or space application.� The extent of foreign participation has not yet been determined.� Nothing in this notice contradicts other restrictions, identified in the synopsis notice or solicitation regarding eligible sources (e.g., if this is a small business set-aside).� Foreign sources may not participate as potential prime contractors but could if otherwise eligible participate as subcontractor(s). Award will be made only if the offeror, the product/service, or the manufacturer meets qualification requirements at the time of award in accordance with FAR 52.209-1.� Non-approved sources wishing to submit a bid may do so; however, only qualified sources will be considered for award.� AWARD WILL NOT BE WITHHELD AWAITING QUALFICATION.� For qualification information/source approval request contact OC-ALC/SBA.� Due to the complexity and criticality of this part, only actual manufactures that have successfully completed all testing required by the original company responsible for the design, or manufacturers that have successfully completed all testing on items determined by the government to be similar in complexity and criticality and can be considered approved sources for this item. 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) 734-8241.� DO NOT CALL THIS NUMBER FOR SOLICITATION REQUESTS. UID:� If unit price exceeds $5,000.00 then UID requirements will apply.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/35385e84720e4b4e9888fed96ec4c6ed/view)
- Record
- SN06308234-F 20220428/220426230112 (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 |