The RFP Database
New business relationships start here

F-15 EDDY CURRENT DAMPER ASSEMBLY


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

 
SYNOPSIS FOR FA8118-17-R-0059, PR: FD20301701430,

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, HUB Zone 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 issue a solicitation on or about 28 SEPTEMBER 2017 with an estimated award date of on or about 15 NOVEMBER 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.

The requirements set forth in this notice are defined per Purchase Request FD20301701430 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 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. 

A Firm Fixed Priced, 3-year INDEFINITE DELIVERY / INDEFINITE QUANTITY (IDIQ) type contract is contemplated. (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. 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.

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 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.

If unit price exceeds $5,000.00, UID requirements will apply

The contractor shall provide all labor, facilities, equipment, and 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.

List of applicable Line Item Numbers (LINs):

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

ADDT'L DESC: REMANUFACTURE OF F-15 EDDY CURRENT DAMPER ASSEMBLY

Item: 0001

F-15 EDDY CURRENT DAMPER ASSEMBLY

Best Estimated Qty: 09 each: MIN: 09 EACH, MAX: 25 EACH   

NSN: 1680-01-152-9530 RK

GROUP              STOCK NO                        P/N           CAGE

Group 001 Input 1680-01-009-8284 RK 68B610050-103 05088

Group 002 Input 1680-01-152-9530 RK 68B610050-105 05088

GROUP              STOCK NO                          P/N           CAGE

Group 001 Output 1680-01-152-9530 RK 68B610050-105 05088

Group 002 Output 1680-01-152-9530 RK 68B610050-105 05088

 

Item: 0002

DATA: NSP


Item: 0003

OVER AND ABOVE: TBN, $1,000.00 per year for 3 years, total estimated $5,000.00.

These above referenced Line Item Numbers, is anticipated to include, as shown, 3-year IDIQ (Indefinite Delivery Indefinite Quantity) type contract Required Delivery (referencing LINs above)

a. LIN 0001: 01 EA PER 90 DAYS AFTER RECEIPT OF FUNDED D.O. AND/OR REPS

b. LIN 0002: DELIVER IAW BASIC CONTRACT/CDRL

c. LIN 0003: DELIVER IAW BASIC CONTRACT

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