SOLICITATION NOTICE
16 -- Spare Buy (Supply) for the B-52 Pilot Valve
- Notice Date
- 8/6/2024 1:08:26 PM
- Notice Type
- Presolicitation
- NAICS
- 336413
— Other Aircraft Parts and Auxiliary Equipment Manufacturing
- Contracting Office
- FA8118 AFSC PZABB TINKER AFB OK 73145-3303 USA
- ZIP Code
- 73145-3303
- Solicitation Number
- FD20302402194
- Response Due
- 8/21/2024 1:00:00 PM
- Archive Date
- 09/05/2024
- Point of Contact
- David O'Rourke, Phone: 4057344622, Shirley V. Harmon, Phone: 4057395461
- E-Mail Address
-
david.orourke@us.af.mil, Shirley.Harmon.1@us.af.mil
(david.orourke@us.af.mil, Shirley.Harmon.1@us.af.mil)
- Description
- The United States Air Force through Air Force Sustainment Center (AFSC), Tinker AFB 73145 is contemplating the Spare Buy (Supply) for the B-52 Pilot Valve, NSN: 1660-00-949-9895; Part Number: 26430056-02. This notice is in accordance with FAR 5.101(a)(2).� A firm fixed price less than one year Purchase Order is contemplated.� The requirements set forth in this notice are defined per Purchase Request: FD2030-24-02194 as follows: The Government intends to issue a request for quotation on or about 22 August 2024 with a closing response date of 21 September 2024 and estimated award date of on or about 19 October 2024. This notice does in itself represent the issuance of a formal request for quotation and is intended to be taken as such. Written response is required. Item 0001: Air Force Spare Buy (Supply) for the Pilot Valve, DI; One year; NSN: 1660-00-949-9895; Part Number: 26430056-02; Applicable to B-52 aircraft to purchase quantity: 63 each with a maximum quantity 63 each. � Item Dimensions: 12.0000� Length x 8.0000� Width x 5.0000� Height and Weight 9.5000 lbs Material:� Aluminum Function:� Controls the amount of air flow through the Ram Air Scoop Delivery:� 63 unit(s) by 18 November 2024. Early delivery is acceptable Ship To:� SW3211, ACCOUNT 09 Duration of Contract Period: �18 October 2025 Marking Type: Item Unique Identification (IUID): Contractor Determined Location and Method. If surplus is considered, prior approval and evaluation must be performed IAW AFMC FAR Supplement Part 5352.211-9013, tech order number 9H8-9-25-3/4. New/unused Government surplus and New/unused prior government ownership is acceptable with P/N 26430056-02. Proof of prior Government ownership is required. Qualification Requirements: QUALIFICATION REQUIREMENTS APPLY. Due to the complexity and criticality of this part, only actual manufacturers 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, can be considered approved sources for this item. **The Government is not responsible for incomplete, misdirected, or untimely requests. ** Part requires engineering source approval by the design control activity in order to maintain the quality of the part.� Existing unique design capability, engineering skills, and manufacturing knowledge by the qualified source(s) require acquisition of the part from approve sources.� Current Approved Source(s) include:� Meggitt (North Hollywood) Inc. ���������������������� ����������� CAGE CODE: 79318 Export Control:� N/A This is a Sole Source Requirement to Meggit (North Hollywood) Inc. (Cage 79318).� The AMC/AMSC is 3/D. The rights to use the data needed to purchase this part from additional sources are not owned by the Government and cannot be purchased, developed, or otherwise obtained. Set-aside: N/A Based upon market research, the Government will not be using policies contained in Part 12, Acquisition of Commercial Items, in its solicitation for the described supplies or services.� However, interested parties may identify to the contracting officer their interest and capability to satisfy the Government's requirement with a commercial item within 15 days of this notice.� In accordance with FAR 5.207(c)(16)(ii), when using the Sole Source Authority at 6.302-1, all responsible sources may submit a capability statement, proposal, or quotation, which shall be considered by the agency. All questions regarding this notice are to be submitted in writing via e-mail.� All questions submitted to this office are subject to be posted in this notice along with the appropriate response(s).� Vendor identities will not be disclosed.� Prospective offerors must comply with all the requirements of the solicitation and any attachments thereto to be considered responsive.� All offerors are to specify in their response whether they are a large business, small business, small disadvantaged business, 8(a) concern, women-owned small business, HUBZone small business, veteran-owned small business or service-disabled veteran-owned small business.� Also offerors must specify whether they are a U.S. or foreign-owned firm. OMBUDSMAN (AUG 2005) (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 405-736-3273.� DO NOT CALL THIS NUMBER FOR SOLICITATION REQUESTS. Electronic procedures will be used for this Solicitation. No telephone requests. Only written or emailed requests received directly from the requestor are acceptable. Point of Contact: David O�Rourke; email: david.orourke@us.af.mil or Shirley Harmon; email: shirley.harmon.1@us.af.mil
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/016262062e264dc29d51d1ba2964b1eb/view)
- Record
- SN07158370-F 20240808/240806230122 (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 |