The RFP Database
New business relationships start here

BALLSCREW ASSEMBLY-FIRST ARTICLE


Oklahoma, United States
Government : Military
RFP
Go to the link
This document has expired, therefore the above link may no longer work.

ATTENTION!! ATTENTION!!

23 APRIL 2019 

NEW AMENDED FULL SOLICITATION SUPPORTING A

FULL & OPEN COMPETITION SOLICITATION WITH

NEW RESPONSE DATE OF 23 MAY 2019.....

( PLEASE NOTE: ALL PREVIOUS SUPPORTING ATTACHMENTS REMAIN UNCHANGED)








SYNOPSIS FOR FA8118-18-R-0054, PR: FD20301801391-02,

SPARES WITH FIRST ARTICLE

 

All questions regarding this notice are to be submitted in writing via E-mail or Fax.  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 it is 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 NUMBERFOR SOLICITATION REQUESTS.

 

The Government intends to re-issue a solicitation on or about 05 SEPTEMBER 2018 , with an estimated award date of on or about 29 OCTOBER 2018 (FY19).  This notice does not in itself represent the issuance of a formal request for proposal and is not intended to be taken as such.

 

The requirements set forth in this notice are defined per Purchase Request FD20301801391-02 as follows:

 

The Government does not intend to hold discussions but may hold discussions if it is deemed necessary.

 

Electronic procedures will be used for the solicitation, to follow.

 

Based upon market research, the Government is not using Regulations contained in FAR 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. 

 

A Firm Fixed Priced, Fixed Quantity type contract consisting of a period of performance, requiring Delivery of all quantities (16 total) on or before 20 October 2020. (Please see below, anticipated Line Items)

 

Prequalification of sources is essential to maintain high quality and maximum operational safety. The requirements of FAR 9.202(a) apply. Sources must be qualified prior to being considered for award. Interested vendors that have not been previously approved for this acquisition must submit a Source Approval Request (SAR) package to the Source Development, Small Business Office @ 405-739-7243, or via email: afsc.sb.workflow@us.af.mil . As prescribed in FAR 9.202(e), the contracting officer need not delay a proposed award in order to provide a potential offeror with an opportunity to demonstrate its ability to meet the standards specified for qualification.

 

Export Controlled Data: This acquisition may involve technology that has a military or space application.  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 Federal Business Opportunities (FedBizOpps) www.FBO.Gov.  Requests for data are to be submitted to 558cbss.gbhba.psd@tinker.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 at: http://www.dtic.mil/whs/directives/infomgt/forms/forminfo/forminfopage2220.html

The Government is not responsible for misdirected or untimely requests. 

 

If unit price exceeds $5,000.00, UID requirements will apply, IAW DFARS 211.274-2(1).

 

 

SPECIAL REQUIREMENTS/PRODUCTION FACILITIES (See FAR 52.209-3 or -4 Alternative I)

"The First Article offered must be manufactured at the facilities in which that item is to be produced under the contract, or if the First article is a component not manufactured by the contractor, such component must be manufactured at the facilities in which the component is to be produced for the contract. A certification to this effect must accompany each First Article which is offered." IAW AFMC IMT 260, pg. 1 0f 3, #8.

 

"First Articles will be installed on aircraft/equipment to determine proper fit/function. Approved article will remain on the aircraft/equipment and will not be forwarded to USAF Supply, but will be considered part of the contract quantity. Disapproved First Articles, will be returned to contractor." IAW AFMC IMT 260, pg. 2 0f 3, #10.

 

 

List of applicable Line Item Numbers (LINs):

    

**Numbering of LINs is not specific but for informational purposes only**

 

 

ADDT'L DESC: OF THE FOLLOWING:

BALLSCREW ASSEMBLY FIRST ARTICLE, WITH GOVERNMENT TEST REPORT FOR INSPECTION, AND FULL PRODUCTION TO COMPLETE TOTAL QUANTITY REQUIREMENT.

 

 

Item: 0001

QUANTITY: 15 each   

NSN: 1680-01-482-4674FG, SPARES PRODUCTION

P/N: 81205 / 5-51393-6    

 

Item: 0001AA

QUANTITY: 1 each   

NSN: 1680-01-482-4674FG, FIRST ARTICLE

P/N: 81205 / 5-51393-6    

 

Item: 0002

NSN: 1680-DTH1800A9FG, FIRST ARTICLE GOVERNMENT TEST REPORT

 

 

 

These above referenced Line Item Numbers, is anticipated to include, as shown, Required Delivery (referencing LINs above)

 

a. LIN 0001: 15 each Delivered on or before 20 October 2020.

 

b. LIN 0001AA: 1 - First Article Delivery; 120 Calendar Days from date of Contract Award

 

c. LIN 0002: 1 - First Article Government Test Report; IAW DD Form 1423-1: CDRL, Form 1664

 

 

All questions regarding this notice are to be submitted in writing via E-mail or Fax.  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.   



Maxwell D. Simpson, Contract Specialist, Phone 4057395463, Email maxwell.simpson@us.af.mil

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP