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

28 -- Liner, Augmentor Com

Notice Date
5/19/2022 7:38:21 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
SPRTA1-22-R-0123
 
Response Due
7/6/2022 1:00:00 PM
 
Archive Date
07/06/2023
 
Point of Contact
Keith Russ
 
E-Mail Address
keith.russ@us.af.mil
(keith.russ@us.af.mil)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
Synopsis FD2030-22-00911 Estimated issue date 3 Jun 2022 and estimated closing/response date 6 Jul 2022. RFP #: SPRTA1-22-R-0123 PR#:� FD2030-22-00911 Nomenclature/Noun: Liner, Augmentor Com NSN: �2840-01-308-4469 NZ PN: �4078304 Application (Engine): F100 AMC: 1/C History: Previously purchased 213 EA per contract SPRTA1-18-D-0016/SPRTA1-21-F-0201 on 1 Jun 2021. Previously purchased 742 EA per contract SPRTA1-20-C-1754 on 19 Aug 2020. Description: The liner protects the convergent seal assemblies from high exhaust gas temperatures. Dimensions:� L: 15.0000�; W: 4.5000�; H: 1.0000�, WT: 3.0000 lbs. Material:� Cobalt Base Alloy A firm fixed price contract is contemplated.� The item, estimated quantities and required deliveries are as follows: Quantity: LINE ITEM 0001AA: Liner, Augmentor Com / FIRST ARTICLE TEST REPORT Destination: FA8111 (Tinker AFB, OK) Delivery: Data / See CDRL Required Quantity: 1 LT / First Article Contractor Testing LINE ITEM 0001AB: Liner, Augmentor Com / FIRST ARTICLE TEST PLAN Destination: FA8111 (Tinker AFB, OK) Delivery: Data / See CDRL Required Quantity: 1 LT / First Article Contractor Testing LINE ITEM 0001AC: Liner, Augmentor Com / FIRST ARTICLE Destination: FY2303 (Tinker AFB, OK) Delivery: 1 EA due 120 calendar days from effective date of contract Required Quantity: 1 each / First Article Government Testing / Expendable LINE ITEM 0001AD: Liner, Augmentor Com / FIRST ARTICLE Destination: FY2303 (Tinker AFB, OK) Delivery: 2 EA due 120 calendar days from effective date of contract Required Quantity: 2 each / First Article Government Testing / Part of Production LINE ITEM 0001AE: Liner, Augmentor Com / Production Units Destination: SW3211 (Tinker AFB, OK) Delivery: 616 EA on or Before 24 Aug 2023 Required Quantity: 616 each LINE ITEM 0002: Liner, Augmentor Com / Production Units with First Article Waiver Destination: SW3211 (Tinker AFB, OK) Delivery: 618 EA on or Before 24 Aug 2023 Required Quantity: 618 each Qualified Sources: �1. United Technologies Corporation - CAGE 77445/52661 - Large Business� 2. C.F. Roark Welding- CAGE 00518 - Small Business 3. ACMT, Inc.- CAGE 0JWE8 - Small Business� 4. Paradigm Manchester, Inc. - CAGE 1J4P3 - Large Business� 5. Enginetics - CAGE 60168 - Large Business� 6. AGC Acquisition LLC - CAGE 98500 - Small Business Critical Safety Item (CSI) applicability: CSI criteria 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) 734-8241.� DO NOT CALL THIS NUMBER FOR SOLICITATION REQUESTS. Qualification Requirements: Sources must be qualified prior to being considered for award. The solicitation will contain instructions for obtaining further information on this requirement. All responsible sources solicited may submit a proposal, which shall be considered. Award will be made only if the offeror, the product, or the manufacturer meets qualification requirements at the time of award in accordance with FAR clause 52.209-1. Interested parties may contact DLA POC for this requirement for information concerning qualification requirements. Export Control Does apply. The solicitation will be available for download on the release date from sam.gov.� No telephone requests. �Questions concerning this synopsis or subsequent solicitation can be directed to Keith Russ at keith.russ@us.af.mil.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/0d9f9d3a6904495aaeb9c46926584238/view)
 
Record
SN06332503-F 20220521/220519230059 (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.