The RFP Database
New business relationships start here

Flame Holder Repair BPA


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

This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued.  This solicitation: W912JV-18-Q-7009 is being issued as a Request for Quotation (RFQ). All solicitation documents and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-96. This procurement is a competed as Full and Open. The NAICS code is 336413 and the following commercial items are requested:
 


DESCRIPTION: The purpose of this BPA is for the servicing of flameholders for the F-15 aircraft on the Kingsley Field Air National Guard Base, from June 1, 2018 through July 31, 2023.


Specifically, this requirement is for the repair of F-15/F-16 PW-220 flameholders, NSN 2840-


01-326-4066.


Applicable Document and References:


- T.O. 2JF100-36-5, SWP 517 02 and T.O. 2J-F100-46-5, WP523 02


- ISO 9001 Compliant Quality Control Manual


- T.O. 2-1-111, T.O. 2J-F100-36-1 and T.O. 2J-F100-46-1


- AFI 21-123


 


 


6/1/2018 - 7/31/2019 FH 220 FLAMEHOLDER $_________ Each


6/1/2019 - 7/31/2020 FH 220 FLAMEHOLDER $_________ Each


6/1/2020 - 7/31/2021 FH 220 FLAMEHOLDER $_________ Each


6/1/2021 - 7/31/2022 FH 220 FLAMEHOLDER $_________ Each


6/1/2022 - 7/31/2023 FH 220 FLAMEHOLDER $_________ Each


 


 


***ALL SHIPPING COST MUST BE INCLUDED IN EACH LINE ITEM PRICE WITH FINAL QUOTE. SEE ADDRESS BELOW. ***


 


The shipping address is as follows:


173 MXG


213 Vandenberg Dr.


Kingsley Field, Oregon 97603


 


The selection resulting from this solicitation will be made on the basis of the lowest priced and technically acceptable from at least two responsible offerors with acceptable or neutral past performance. Technical Acceptability constitutes: the services offered by the vendor meet the conditions of the PWS.


 

The following provisions and clauses apply to this acquisition:

FAR 52.212-1 -- Instructions to Offerors -- Commercial Items.

FAR 52.212-2 -- Evaluation -- Commercial Items.

FAR 52.212-3 -- Offeror Representations and Certifications -- Commercial Items. Alternate I.

FAR 52.212-4 -- Contract Terms and Conditions -- Commercial Items.

FAR 52.212-5 -- Contract Terms and Conditions Required to Implement Statutes or Executive Orders -- Commercial Items.

FAR 52.203-19 -- Prohibition on Requiring Certain Internal Confidentiality Agreements or Statements.

FAR 52.204-7 -- System for Award Management.

FAR 52.204-9 -- Personal Identity Verification of Contractor Personnel.

FAR 52.204-10 -- Reporting Executive Compensation and First-Tier Subcontract Awards.

FAR 52.204-13 -- System for Award Management Maintenance.

FAR 52.204-16 -- Commercial and Government Entity Code Reporting.

FAR 52.204-18 -- Commercial and Government Entity Code Maintenance.

FAR 52.204-22 -- Alternative Line Item Proposal.

FAR 52.209-6 -- Protecting the Governments Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment.

FAR 52.209-10 -- Prohibition on Contracting With Inverted Domestic Corporations.

FAR 52.222-3 -- Convict Labor.

FAR 52.222-21 -- Prohibition of Segregated Facilities.

FAR 52.222-26 -- Equal Opportunity.

FAR 52.222-36 -- Equal Opportunity for Workers With Disabilities.

FAR 52.222-42 -- Statement of Equivalent Rates for Federal Hires.

FAR 52.222-50 -- Combating Trafficking in Persons.

FAR 52.223-5 -- Pollution Prevention and Right-to-Know Information.

FAR 52.223-15 -- Energy Efficiency in Energy-Consuming Products. (If Energy Star)

FAR 52.223-18 -- Encouraging Contractor Policies to Ban Text Messaging While Driving.

FAR 52.225-13 -- Restrictions on Certain Foreign Purchases.

FAR 52.232-33 -- Payment by Electronic Funds Transfer-- System for Award Management.

FAR 52.232-40 -- Providing Accelerated Payments to Small Business Subcontractors.

FAR 52.233-3 -- Protest After Award.

FAR 52.233-4 -- Applicable Law for Breach of Contract Claim.

FAR 52.237-2 -- Protection of Government Buildings, Equipment, and Vegetation.

FAR 52.252-2 -- Clauses Incorporated by Reference.

 

DFARS 252.203-7000 -- Requirements Relating to Compensation of Former DoD Officials.

DFARS 252.203-7002 -- Requirement to Inform Employees of Whistleblower Rights.

DFARS 252.203-7005 -- Representation Relating to Compensation of Former DoD Officials.

DFARS 252.204-7008 -- Compliance with Safeguarding Covered Defense Information Controls.

DFARS 252.204-7011 -- Alternative Line Item Structure.

DFARS 252.204-7015 -- Notice of Authorized Disclosure of Information for Litigation Support.

DFARS 252.211-7003 -- Item Unique Identification and Valuation.

DFARS 252.211-7008 -- Use of Government-Assigned Serial Numbers.

DFARS 252.213-7000 -- Notice to Prospective Suppliers on Use of Past Performance Information Retrieval System-Statistical Reporting in Past Performance Evaluations.

DFARS 252.225-7031 -- Secondary Arab Boycott of Israel.

DFARS 252.225-7048 -- Export-Controlled Items.

DFARS 252.232-7003 -- Electronic Submission of Payment Requests and Receiving Reports.

DFARS 252.232-7006 -- Wide Area WorkFlow Payment Instructions.

DFARS 252.232-7010 -- Levies on Contract Payments.

DFARS 252.237-7010 -- Prohibition on Interrogation of Detainees by Contractor Personnel.

DFARS 252.244-7000 -- Subcontracts for Commercial Items.

DFARS 252.247-7023 -- Transportation of Supplies by Sea.

 

Submit the responses via email to MSgt Matthew Marshall at matthew.m.marshall6.mil@mail.mil. Responses to this RFQ must be received via e-mail not later than 12:00 PM Pacific Daylight Time on Monday, May 21st, 2018. Oral Quotes will not be accepted. Collect calls will not be accepted. All responses must be directly submitted by the firm that is intended to be the successful awardee. Proposals submitted by another firm on behalf of a company with the intention of being award "care of" will not be accepted. Award will be based on lowest price technically acceptable.

 


 


Matthew M. Marshall, Phone 5418856181, Email matthew.m.marshall6.mil@mail.mil

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP