The RFP Database
New business relationships start here

CYLINDER ASSEMBLY,O


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

The United States Air Force through Air Force Sustainment Center (AFSC), Tinker AFB 73145 is contemplating the Remanufacture of B-1B Oxygen Cylinder Assemblies and Flow Regulating Valve. The contractor shall provide all labor, facilities, equipment and all material to accomplish remanufacture. The work encompasses the disassembly cleaning, inspection, maintenance re-assembly, testing, and finishing actions required to return the item to a like-new condition in accordance with the solicitation requirements and all attachments. A firm fixed price Indefinite Delivery Requirements type contract is contemplated with a one-year basic and four-one year options.
The requirements set forth in this notice are defined per Purchase Request FD2030-16-01709 as follows:
Written response is required.
Item 0001: Cylinder Assembly, Basic Year plus Four - 1 Year Options; NSN: 1660-01-214-9800 BO P/N 8210031-401; Applicable to B-1B aircraft for a best estimated quantity (BEQ) of Basic 8 each/year and Option Year I - 8 each/year, Option Year II - 8 each/year, Option Year III - 8 each/year and Option Year IV - 8 each/year.
Item 0002: Cylinder Assembly, Basic Year plus Four - 1 Year Options; NSN: 1660-01-214-9801 BO P/N 8210031-402; Applicable to B-1B aircraft for a best estimated quantity (BEQ) of Basic 8 each/year and Option Year I - 8 each/year, Option Year II - 8 each/year, Option Year III - 8 each/year and Option Year IV - 8 each/year.
Item 0003: Flow Regulating Valve, Basic Year plus Four - 1 Year Options; NSN: 4820-99-740-1368 BO P/N 8320120-3; Applicable to B-1B aircraft for a best estimated quantity (BEQ) of Basic 8 each/year and Option Year I - 8 each/year, Option Year II - 8 each/year, Option Year III - 8 each/year and Option Year IV - 8 each/year.
Item 0004: Data (Not Separately Priced)
Item 0005: Over and Above. To be negotiated.

Function NSN 1660-01-214-9800 BO: The Cylinder Assembly is used to provide bailout oxygen assembly for egress from aircraft. Dimensions: 8.0620" h x 2.3750" w x 2.3750" l and weighs 3.0 lbs. Material: Metal, rubber and plastic.
Delivery NSN 1660-01-214-9800 BO: 4 each 180 days after receipt of order (ARO) and reparable units. 2 each every 30 days thereafter; until production is complete. Early delivery is acceptable.

Function NSN 1660-01-214-9801 BO: The Cylinder Assembly is used to provide emergency bailout bottle for emergency egress from aircraft. Dimensions: 8.0620" h x 2.3750" w x 2.3750" l and weighs 1.65 lbs. Material: Metal, rubber and plastic.
Delivery NSN 1660-01-214-9801 BO: 4 each 180 days after receipt of order (ARO) and reparable units. 2 each every 30 days thereafter; until production is complete. Early delivery is acceptable.

Function NSN 4820-99-740-1368 BO: The Flow Regulating Valve is used to provide a reduced pressure for operating the supply air to the B-1 oxygen concentrator OBOGS. Dimensions: 5.0" h x 3.0" w x 3.0" l and weighs 2.0 lbs. Material: Metal.
Delivery NSN 4820-99-740-1368 BO: 4 each 30 days after receipt of order (ARO) and reparable units. 4 each every 30 days thereafter; until production is complete. Early delivery is acceptable.

Ship To: FB2039 DD DEPOT OK CNTR RECG      CP 405-739-2349      3301 F AVE DR 22 BLDG 506      TINKER AFB, OK 73145-9031      USA
Verify 'Ship To' location with the Production Management Specialist (PMS) prior to any shipments of serviceable assets.
Duration of Contract Period: 5 Year Requirements Contract (Basic Year with Four - 1 Year Options)
Current Approve Sources include: CARLETON TECHNOLOGIES INC        CAGE CODE: 04577
In order to receive any technical data related to this acquisition, offerors must send an email request to Welth Cooper at Welth.Cooper@us.af.mil and Kevin Brokish at Kevin.Brokish@us.af.mil. Release of any data is subject to applicable data rights. The request shall be on company letterhead and include the applicable solicitation number, the specific data needed (including TO and/or drawing numbers), and a copy of the current, 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 incomplete, misdirected, or untimely requests.**
Some units of items listed in Section B may, upon disassembly and/or inspection, be determined to be beyond repairable limits specified in the Work Specification and/or Technical Orders. Any cost for work performed by the Contractor, prior to determination that such equipment is beyond repairable limits, shall be included in the unit price(s) of the listed item(s). Condemned units will not be counted as production.
Export Control: N/A
This is a sole source requirement to approved Large Business: CARLETON TECHNOLOGIES INC        CAGE CODE: 04577
The RMC is R3/D.
Set-aside: N/A
The Government intends to issue solicitation FA8118-17-R-0032 on or about 24 March 2017 with a closing response date of 10 April 2017 and estimated award date of on or about 10 May 2017. This notice does not in itself represent the issuance of a formal request for proposal and is not intended to be taken as such.
Based upon market research, the Government will not be 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.
All questions regarding this notice are to be submitted in writing via E-mail. 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 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. Also offerors must specify whether they are a U.S. or foreign-owned firm.

APPLICABLE TECHNICAL ORDERS
Specific Technical Orders
Not applicable.

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 NUMBER FOR SOLICITATION REQUESTS.
Electronic procedures will be used for this solicitation. No telephone requests. Only written or emailed requests received directly from the requestor are acceptable.

Kevin Brokish, Phone 405-739-7015, Fax - - , Email kevin.brokish@us.af.mil - Welth Cooper, Phone 405-739-5510, Fax - - , Email welth.cooper@us.af.mil

Kevin Brokish

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP