Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MAY 07, 2025 SAM #8563
SOLICITATION NOTICE

28 -- LINER, AUGMENTOR COM

Notice Date
5/5/2025 11:51:23 AM
 
Notice Type
Presolicitation
 
NAICS
336412 — Aircraft Engine and Engine Parts Manufacturing
 
Contracting Office
DLA AVIATION AT OKLAHOMA CITY, OK TINKER AFB OK 73145-3070 USA
 
ZIP Code
73145-3070
 
Solicitation Number
SPRTA1-25-R-0268
 
Response Due
5/20/2025 2:00:00 PM
 
Archive Date
05/20/2026
 
Point of Contact
Aric Harmon, Keith Russ
 
E-Mail Address
aric.harmon.1@us.af.mil, keith.russ@us.af.mil
(aric.harmon.1@us.af.mil, keith.russ@us.af.mil)
 
Description
Estimated issue date 22 May 2025 and estimated closing/response date 25 Jun 2025. RFP #: SPRTA1-25-R-0268 Contracting Office Address: 3001 Staff Drive Tinker AFB, OK 73145 2B95 PR#: FD2030-24-01668 Nomenclature/Noun: LINER, AUGMENTOR COM NSN: 2840-01-190-6881PR PN: 5054M24G01 Application: F110 AMC: 1/C History: Previously purchased 5 EA per contract FA812214G0001/SPRTA116F0086 on 13 Apr 2016 Description: Augmenter liner is a sheet metal duct with one row of 20 struts, 20 seals that house the local spray bars, 40 seals that house the fan/core spray bars and 20 support hangers. Function: to direct the flow of fan discharge air to the exhaust nozzle and directs turbine gases to the mixing duct & seals the two gases from each other�s path where local and fan/core spray bars pass through the duct. Dimensions: Length (ft.) 4.0000; Width (ft.) 3.0000; Height (ft.) 4.0000; Weight (lb.) 50.0000 Material: Steel Alloy A firm fixed price contract is contemplated. The item, estimated quantities and required deliveries are as follows: Quantity: QTY: Line item #0001AA - 1 EA. FIRST ARTICLE (FA) TO BE EXPENDED QTY: Line item #0001AB - 2 EA. FIRST ARTICLE TO BE PART OF PRODUCTION QTY: Line item #0001AC - 5 EA. Production Units QTY: Line item #0001AD- 1 EA. Production Unit Destination: Line item 0001AA - FA8111 Line item 0001AC - DGR002 Line item 0001AB - DGR001 Line item 0001AD - DGR002 Delivery: Estimated delivery 08 NOV 2025 Required Quantity: 9 each Qualified Sources: General Electric Company (CAGE Code: 07482) Barnes Group Inc. (CAGE Code: 32317) Turbocombustor Technology, Inc. (CAGE Code: 64043) Set-aside: No Set-aside Critical Safety Item (CSI) applicability: CSI criteria does APPLY to this item. Mandatory Language: In accordance with FAR 5.207(c)(16)(i), all responsible sources may submit a capability statement, proposal or quotation, which shall be considered by the agency. The proposed contract action is for supplies in which the Government intends to solicit and negotiate with only one source, or a limited number of sources under the authority of FAR 6.302. This is a full and open requirement. All proposals received within 45 days after date of publication of this synopsis will be considered by the Government. 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. Based upon market research, the Government is not using the policies contained in Part 12, Acquisition of Commercial Items, in its solicitation for the described supplies or services. However, interested persons 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. 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. Hardcopies of the solicitation will not be sent from this office. The solicitation will be available for download only at sam.gov. Note: An Ombudsman has been appointed to hear concerns from offers 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 contact the Ombudsman at (405) 855-3552. DO NOT CALL THIS NUMBER FOR SOLICITATION REQUESTS. Item Unique Identification (IUID): Yes Export Control does apply. Offerors are REQUIRED to be ""EXPORT CONTROLLED"" certified in order to receive and view the drawings associated with this solicitation. If an offeror intends to become Export Controlled Certified, a website for registration exists: www.dlis.dla.mil/jcp. Anticipated Award date: estimated 45 calendar days after solicitation closing date. The solicitation will be available for download on the release date from www.sam.gov. No telephone requests. Questions concerning this synopsis or subsequent solicitation can be directed to Aric Harmon at aric.harmon.1@us.af.mil.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/411ad9dc6acd4921bffc87b6ce68a198/view)
 
Place of Performance
Address: Tinker AFB, OK, USA
Country: USA
 
Record
SN07430887-F 20250507/250505230042 (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.