Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MAY 21, 2022 SAM #7477
SOLICITATION NOTICE

J -- F100-PW-220/229 Convergent Nozzle Segment Assemblies NSN: 2840-01-455-9142: P/N: 408130,4088060, NSN: 2840-01-308-4468: P/N: 4070741 Overhaul Effort in Support of Partner Nations in the F100 International Engine Management Program

Notice Date
5/19/2022 8:12:26 AM
 
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
FA812122R0028
 
Response Due
5/17/2022 1:00:00 PM
 
Point of Contact
Treva Billinger, Phone: 4057344637, Kylie May
 
E-Mail Address
treva.billinger@us.af.mil, kylie.may@us.af.mil
(treva.billinger@us.af.mil, kylie.may@us.af.mil)
 
Description
This FMS requirement for the Overhaul of the F100-PW-220/229 Convergent Nozzle Segment Assembly will now be solicited in conjunction with the USAF requirement for the Overhaul of the F100-PW-220 Convergent Segment Assembly. Details of the USAF portion that�it will be added to can be found under Pre-Solicitation Notice FA8121-22-R-0014. The combined requirement will be a competitive, non-commercial, Firm Fixed Price (FFP), Multiple Award, ID/IQ contract with a 60 month ordering period. 1. The AFLCMC/LPSIB organization, located at Tinker Air Force Base has a requirement to provide the International Engine Management Program (IEMP) members, with a 5-year (1-year basic and four 1-year options), firm-fixed price (FFP), requirements contract for overhaul of F100-PW-220/229 Convergent Nozzle Segment Assembly. The delivery schedule of the component National Stock Numbers (NSNs) shall be as follows: Input: NSN 2840-01-455-9142NZ P/N: 408130, 4088060 Output:NSN 2840-01-455-9142NZ P/N: 4088060 45 each 45 days/ TAT: 90 days from date of receipt Input: NSN 2840-01-308-4468NZ/PN 4070741 Output: NSN 2840-01-308-4468NZ/PN 4070741 45 each 45 days/ TAT: 90 days from date of receipt The proposed North American Industry Classification Systems (NAICS) Code is 336412 (Aircraft Engines and Engine Parts Manufacturing), which has a corresponding Size Standard of 1,500 employees.� The Government is interested in all businesses to include, Large Business, Small Business, Small Disadvantaged Businesses 8(a)s, Service-Disabled Veteran-Owned Small Businesses, Hub-zone Businesses, and Women-Owned Small Businesses.� 2. Qualification Requirements: This contract is for the overhaul of F100-PW-220/229 Convergent Nozzle Segment Assembly and is governed by performance-based standards as outlined in the PWS. This is a NON-commercial item. The Government does not have the associated technical data to provide to potential sources. Consequently, any potential sources for this effort will need to undergo the Source Approval Requirement (SAR) process. The contractor shall be capable of furnishing all required labor, material, facilities and equipment to accomplish acquisition and packaging of completely serviceable units.� Generally, the work to be accomplished includes disassembly, cleaning, inspection, assembly, testing, preservation, and packaging to return an unserviceable asset to a like-new condition.� Additionally, potential sources may be responsible for supply chain management, logistics planning, forecasting production requirements, long-lead time parts procurement, diminishing manufacturing sources and material shortage issues, and shipping serviceable assets. Potential sources may be responsible for nonrecurring engineering costs associated with becoming an approved source.� Potential sources wishing to be qualified to perform the requirement specified above are REQUIRED to complete a Source Approval Request (SAR) package as specified in RQR-PSD-1 attached. QRs and Repair Data List (RDL), if applicable, are attached to this notice.� Government provided data is annotated on the RDL attached to this posting.� Requests for technical data in response to this SSS posting should be submitted to the Tinker TO Public Sales Office at� �AFLCMC.LZP.PUBSALES@us.af.mil SAR packages and SAR-process questions should be submitted to the AFSC Small Business Office at: SAR submittal: https://www.tinker.af.mil/Home/429SCMS-SASPO/ Source Development Specialist Email: stacy.cochran@us.af.mil Due to COVID-19 and the increase in teleworking (social distancing) we ask that all SAR packages be temporarily submitted electronically through https://safe.apps.mil/. DoD safe is a safe option for large files. If you have a PKI certificate you can send directly, if you do not then send a request to: 429SCMS.SASPO.Workflow@us.af.mil� or stacy.cochran@us.af.mil and include your email address and �request a drop off�. A �request for drop off� will be returned, use this to submit your SAR package. Thank you for your patience and understanding during this difficult time. 3. Additional Information: 10 U.S.C. 2304 (c) (1), Justification: Supplies (or services) required are available from one or only a limited number of source(s) and no other type of supplies or services will satisfy agency requirements. All responsible sources may submit a capability statement, proposal or quotation, which shall be considered by the agency. To be considered for award you must be an approved source by close of the solicitation date.� Note: 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. Hardcopies of the solicitation will not be sent from this office. The solicitation will be available for download only at www.beta.sam.gov
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/6b742a844eb0484192f93999e7bdde86/view)
 
Record
SN06332101-F 20220521/220519230056 (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.