Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MAY 24, 2020 SAM #6751
SOLICITATION NOTICE

16 -- Service Overhaul of the E-3, Ballscrew Assembly, NSN: 1680-01-006-9996AW

Notice Date
5/22/2020 10:12:57 AM
 
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
FA811820R0038
 
Archive Date
12/31/2020
 
Point of Contact
SCOTT W. VAN HOUTEN, Phone: 4057392318, Russell Watson, Phone: 4057395457
 
E-Mail Address
scott.van_houten@us.af.mil, russell.watson.5@us.af.mil
(scott.van_houten@us.af.mil, russell.watson.5@us.af.mil)
 
Description
This solicitation is expected to be a sole source acquisition with the OEM. All questions regarding this notice and requirement are to be submitted in writing via E-mail to the point(s) of contact specified herein.� 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. 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. Offerors must specify whether they are a U.S. or foreign-owned firm. The United States Air Force through Air Force Sustainment Center (AFSC), Tinker AFB 73145 is contemplating issuing a contract for the Service Overhaul of the E-3, Ballscrew Assembly, NSN: 1680-01-006-9996AW.� The contractor shall provide all labor, facilities, equipment and all material to accomplish the remanufacture. The work encompasses the functional test, disassembly, cleaning, inspection, maintenance, re-assembly, testing, and finishing actions required to return the end item to a serviceable condition in accordance with the solicitation requirements and all attachments.� The requirements set forth in this notice are defined per Purchase Request FD20301902852. Solicitation Number: FA8118-20-R-0038 Solicitation Estimated issue date: 5 June 2020*; estimated closing/response date: 20 Jul 2020*, estimated award date: 20 Sep 2020*. *These dates are subject to change. Solicitation will be posted to beta.SAM.gov and linked to this synopsis when it is issued. The official closing/response date will be noted in the solicitation. Service/Spare/Repair/OH: Service/Overhaul (item previously designated commercial). Application: E-3 aircraft platform. Approved Sources: Linear Motion, Cage 0A335 Qualification Requirements: Qualification requirements apply. NAICS Code: 336413; Size Standard 1,250 We anticipate a three-year Indefinite Delivery Requirements contract will be solicited. AMC/RMC: RMC � R3/R (for all NSNs). Item/Description: CLIN X001: B-2, Fuel Pump Unit, NSN: 2915-01-363-5097FW, P/N: DAA3272P033-217, Length: 14 inches, Width: 65 inches, Height: 55 inches, Weight: 9.4 pounds, Material: Aluminum Alloy, Function: Provides fuel pumping power. No Sub NSN's. Technical Order Number: 6J10-3-159-3 Best Estimated Quantities (BEQ): � � �CLIN 0001: BEQ 14 each. � � �CLIN 0002: Data: Not Separately Priced, IAW CDRLs. � � �CLIN 0003: Over and Above: To Be Negotiated (as needed). � � �CLIN 1001: BEQ 14 each. � � �CLIN 1002: Data: Not Separately Priced, IAW CDRLs. � � �CLIN 1003: Over and Above: To Be Negotiated (as needed). � � �CLIN 2001: BEQ 14 each. � � �CLIN 2002: Data: Not Separately Priced, IAW CDRLs. � � �CLIN 2003: Over and Above: To Be Negotiated (as needed). Destination: Contact PMS for shipping instructions. Delivery: �CLIN X001: 14 each, 406 calendar days after receipt of a funded delivery order and/or reparables (whichever is later); early delivery is acceptable. OEM: Linear Motion, Cage 0A335 Export Control: Export Control: Offerors are REQUIRED to be ""EXPORT CONTROL CERTIFIED"" in order to receive and view the drawings and/or technical orders for this solicitation.� If your company intends to become Export Control Certified, you may visit http://www.dlis.dla.mil/jcp for registration.� Contractors receiving technical data shall be in compliance with DoDI 5230.24.The only contractors who may participate are those that are certified and registered with the Defense Logistics Information Service (DLIS) (1-800-352-3572) and have a legitimate business purpose.� In order to receive any technical data related to this acquisition, offerors must be registered with beta.SAM.gov (formally known as: Federal Business Opportunities (FedBizOpps) www.FBO.Gov).� Requests for data are to be submitted to ocalc.lgldo.public@us.af.mil for Drawings and directly to the PCO and/or buyer for Technical Orders (TOs).� The request shall be on company letterhead and include the applicable solicitation number and the specific data needed (e.g. TO number, drawing number).� The request must be accompanied by a copy of the current and approved DD Form 2345.� The form, including instructions for completing the form is available on the DLIS website at: http://www.dlis.dla.mil/jcp.� The Government is not responsible for misdirected or untimely requests. � UID Note to Contractor: UID marking is required, see changes to T.O. 16G3-2-93-3 for location and method (changes will be provided in solicitation). Electronic Email procedures will be used for this solicitation. Based upon market research, the Government is not 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. 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 Ombudsman at (405) 736-3273. DO NOT CALL THIS NUMBER FOR SOLICATION REQUESTS. Note: Faxed solicitation requests can be submitted to AFSC/PZABB, Tinker AFB OK 73145 at FAX NUMBER (405) 739-4417. Set-Aside: Not applicable. This is expected to be sole source action. Contracting Office ZIP Code - 73145 Points of Contact: � � �Scott van Houten; Phone: 405-739-2318; Email: scott.van_houten@tinker.af.mil � � �Russell Watson; Phone: 405-739-5457; Email: russell.watson.5@us.af.mil
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/b29b73853b924159bf1c5b4eaee218ab/view)
 
Place of Performance
Address: USA
Country: USA
 
Record
SN05669169-F 20200524/200522230158 (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  © 1994-2020, Loren Data Corp.