SOLICITATION NOTICE
J -- Repair & Upgrade of the F107 Containers
- Notice Date
- 6/14/2022 6:56:30 AM
- Notice Type
- Solicitation
- NAICS
- 336412
— Aircraft Engine and Engine Parts Manufacturing
- Contracting Office
- FA8122 AFSC PZAAB TINKER AFB OK 73145-3303 USA
- ZIP Code
- 73145-3303
- Solicitation Number
- FA812222R0006
- Response Due
- 6/28/2022 3:00:00 PM
- Archive Date
- 07/13/2022
- Point of Contact
- Ryan McCabe - Contracting Officer, Phone: 4057395490, Michael Johnson - Contract Specialist, Phone: 4056227658
- E-Mail Address
-
ryan.mccabe.2@us.af.mil, michael.johnson.404@us.af.mil
(ryan.mccabe.2@us.af.mil, michael.johnson.404@us.af.mil)
- Small Business Set-Aside
- SBA Total Small Business Set-Aside (FAR 19.5)
- Description
- This requirement is for the Upgrade and Repair for the F107 Containers. This is a 100% Small-Business Set-Aside. The Government plans to award a Firm Fixed Price (FFP) Requirements type repair services contract, consisting of a 1-year basic ordering period and four 1-year ordering period options, for a total contract ordering period of 5-years (60 months). Estimated Period of Performance and BEQs Year� � � � � � � � Estimated Dates� � � � � � � � � � � � Best Estimated Quantity (BEQ) Year I� � � � � � � �August 2022 � August 2023� � � �72 Option I� � � � � �August 2023 � August 2024� � � �72 Option II� � � � � August 2024 � August 2025� � � �72 Option III� � � � �August 2025 - August 2026� � � � 72 Option IV� � � � �August 2026 - August 2027� � � � 72 This competitive acquisition will be conducted utilizing price as the only evaluated factor. Contract award will be made to the Offeror with the lowest total evaluated price (TEP). The offer shall be compliant with the requirements as stated in the Performance Work Statement (PWS). Non-conformance with the instructions provided in the Instructions to Offeror (ITO) may result in an Offeror being ineligible for award. Offerors shall be a small business in accordance with FAR 52.219-6. Offerors shall complete the Pricing Matrix (Attachment 1). Offerors must ensure all required proposed pricing is provided, ensuring all ordering periods are priced. These consist of a 1-year basic ordering period and four 1-year ordering period options for the upgrade effort (CLINs 0001-4001) and repair effort (CLINs 0002-4002). Any omission of required pricing may result in an unfavorable proposal evaluation. An incomplete Pricing Matrix (Attachment 1) will be considered unreasonable. CLINs 0003-4003 is the Contract Data Requirements List (CDRLs) and are not separately priced. CLINs 0004-4004 is Over & Above and it is to be negotiated. The following Technical Orders will not be provided by the Government and will be need to be acquired by potential vendors. See Attachment 8, Techincal Orders Fact Sheet. 00-5-1 - AF Technical Order System 00-35D-54 - USAF Deficiency Reporting, Investigation and Resolution 35E20-3-34-1 - Operation and Maintenance Instructions � Overhaul Instructions with Parts Breakdown � Depot Maintenance � Container, Shipping and Storage, Engine, CNU368E In Accordance With (IAW) FAR 16.503(c) GOVERNMENT PROPERTY FURNISHED FOR REPAIR - When a requirements contract is used to acquire work on existing items of Government property, the Contracting Officer shall specify in the schedule that failure of the Government to furnish such items in the amounts or quantities described in the Schedule as ""estimated"" or ""maximum"" will not entitle the contractor to any equitable adjustment in price under the Government Property clause of the contract. This is a repair services contract. No Government Furnished Material shall be provided. Contractor Furnished Material (CFM) is required for all remanufacture described herein. The contractor shall furnish and deliver to the Government the services and supplies necessary to perform the following in accordance with the provisions hereof and the Performance Work Statement attached. All such items issued by the Government hereunder shall be repaired, modified, tested and prepared for storage and shipped to the Government as a completely serviceable item. Condemnations will not be counted as production and returned to the USAF for disposition. The Contractor shall meet the delivery schedule. The contractor shall ship or transport applicable assets as appropriate in order to have the assets available to support the customer�s operational requirements and in accordance with the contract�s delivery schedule. Early delivery is acceptable. Offerors shall submit a consolidated list of questions via the QA Spreadsheet (Attachment 7) by 5:00PM CST on 18 May 2022 via email transmission to the points of contact listed below. Late question submissions will not be entertained. Answers will posted as an amendment to the posting on www.sam.gov. Communication with offerors shall be accomplished via email transmission to the points of contact listed below. Proposals shall be transmitted by email to the Contracting Officer, ryan.mccabe.2@us.af.mil and Contract Specialist, michael.johnson.404@us.af.mil by the due date and time listed on the front of the amended SF30 and within the posting on www.sam.gov, which is 28 June 2022 at 5:00PM CST.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/6df33f2ab3924c7591b48de061fe6074/view)
- Place of Performance
- Address: USA
- Country: USA
- Country: USA
- Record
- SN06357410-F 20220616/220614230112 (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 |