Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JUNE 09, 2023 SAM #7864
SOLICITATION NOTICE

28 -- F100-PW-229 Blade-Compressor Rotor, 1st and 2nd Stage

Notice Date
6/7/2023 1:08:56 PM
 
Notice Type
Presolicitation
 
NAICS
336412 — Aircraft Engine and Engine Parts Manufacturing
 
Contracting Office
FA8121 AFSC PZAAA TINKER AFB OK 73145-3303 USA
 
ZIP Code
73145-3303
 
Solicitation Number
FD2030-22-01267
 
Archive Date
07/01/2023
 
Point of Contact
Sean Thompson, Jacob Stephens
 
E-Mail Address
sean.thompson19@us.af.mil, Jacob.stephens.5@us.af.mil
(sean.thompson19@us.af.mil, Jacob.stephens.5@us.af.mil)
 
Description
The Requirement is anticipated to establish a follow-on multi-year contract to FA812119D0006 for the overhaul of the F100 Blade compressor Rotor, 1st and 2nd Stage. This requirement is�for a 5 year Min Max IDIQ contract with a 5 year ordering period.�This notice of intent does not in itself represent the issuing of a formal request for proposal and is not intended to be taken as such.�The requirements set forth in this notice are defined per USAF PR FD2030-22-01267 and FMS PR FD2030-22-32555-01 as follows: 1) The follow-on repair contract is required to support USAF for the repair/overhaul of the F100 PW-229, 1st and 2nd Stage, Blade�Compressor Rotors. These are critical safety items that require engineering source approval to prevent any risk during�installation on the engine and during flight. 2) PR#: FD2030-22-01267 & FD2030-22-32555-01 3. Service/Spare/Repair/OH: Repair 4. Item: F100-PW-220 Blade Compressor Rotor 5. NSN: 2840-01-364-7141NZ & 2840-01-364-7142NZ 6. PN: 4076781, 4076782 7. Description: BLADE, COMPRESSOR, AI 8. Total Line Item Quantity: L/I 0001 - NSN: 2840-01-364-7141NZ, MIN:1, BEQ: 921, USAF L/I 0002 � NSN 2840-01-364-7141NZ, MIN: 330, FMS L/I 0003 � NSN 2840-01-364-7142NZ, MIN:1, BEQ: 1367, USAF L/I 0004 � NSN 2840-01-364-7142NZ, MIN: 506, FMS L/I 0005 � Over and Above, To Be Negotiated (TBN), USAF & FMS L/I 0006 � DATA, Not Separately Priced (NSP), USAF & FMS L/I 1001 - NSN: 2840-01-364-7141NZ, MIN: 1, BEQ: 1065, USAF L/I 1002 � NSN 2840-01-364-7141NZ, MIN: 330, FMS L/I 1003 - NSN 2840-01-364-7142NZ, MIN: 1, BEQ: 1583, USAF L/I 1004 � NSN 2840-01-364-7142NZ, MIN: 506, FMS L/I 1005 � Over and Above, To Be Negotiated (TBN), USAF & FMS L/I 1006 - DATA, Not Separately Priced (NSP), USAF & FMS L/I 2001 - NSN: 2840-01-364-7141NZ, MIN: 1, BEQ: 704, USAF L/I 2002 � NSN 2840-01-364-7141NZ, MIN: 1: 330, FMS L/I 2003 - NSN 2840-01-364-7142NZ, MIN: 1, BEQ: 1050, USAF L/I 2004 � NSN 2840-01-364-7142NZ, MIN: 506, FMS L/I 2005 � Over and Above, To Be Negotiated (TBN), USAF & FMS L/I 2006 � DATA, Not Separately Priced (NSP), USAF & FMS L/I 3001 - NSN: 2840-01-364-7141NZ, MIN: 1, BEQ: 976, USAF L/I 3002 � NSN 2840-01-364-7141NZ, MIN: 330, FMS L/I 3003 - NSN 2840-01-364-7142NZ, MIN:1, BEQ: 1451, USAF L/I 3004 � NSN 2840-01-364-7142NZ, MIN: 506, FMS L/I 3005 � Over and Above, To Be Negotiated (TBN), USAF & FMS L/I 3006 � DATA, Not Separately Priced (NSP), USAF & FMS L/I 4001 - NSN: 2840-01-364-7141NZ, MIN: 1, BEQ: 930, USAF L/I 4002 � NSN 2840-01-364-7141NZ, MIN: 330, FMS L/I 4003 - NSN 2840-01-364-7142NZ, MIN: 1, BEQ: 1382, USAF L/I 4004 � NSN 2840-01-364-7142NZ, MIN: 506, FMS L/I 4005 � Over and Above, To Be Negotiated (TBN), USAF & FMS L/I 4006 � DATA, Not Separately Priced (NSP), USAF & FMS 11. Delivery: L/I 0001/1001/2001/3001/4001:� 65 EA every 45 days after receipt of funded orders or reparable assets, and 65 each every 30 days thereafter. Early delivery is acceptable. L/I 0002/1002/2002/3002/4002:�65 EA every 45 days after receipt of funded orders or reparable assets, and 65 each every 30 days thereafter. Early delivery is acceptable. L/I 0003/1003/2003/3003/4003: 100 EA every 45 days after receipt of funded orders or reparable assets, whichever is later. And 100 EA every 30 days thereafter.� L/I 0004/1004/2004/3004/4004: 100 EA every 45 days after receipt of funded orders or reparable assets, whichever is later. And 100 EA every 30 days thereafter.� For Questions regarding the Tinker SAR Process or related issues, these�inquiries should be submitted to the AFSC Small Business Office at: AFSC/SB�3001 Staff Drive, Suite 1AG 85A Tinker AFB, OK 73145 3009� Email:�afsc.sb.workflow@us.af.mil Website:�https://www.afsc.af.mil/units/sbo/index.asp The actual SAR�Package�submission itself shall be submitted electronically through DoD SAFE�https://safe.apps.mil/.� DoD SAFE is a safe and secure option for large file�submissions. If you have a PKI Certificate, the SAR can be sent directly to�the POC email addresses below via DoD SAFE.� If you do not have a PKI Certificate, then you must send a standard email message to the POC email addresses below and ask that they ""Request a Drop-Off"" to your email�address via DoD SAFE, which will enable you to be able to Upload the SAR�Submission Package documents to DoD SAFE. 29SCMS.SASPO.Workflow@us.af.mil�and stacy.cochran@us.af.mil.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/592fed2e12774d9d95c0230b51a6a6b0/view)
 
Record
SN06707560-F 20230609/230607230115 (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.