The RFP Database
New business relationships start here

SLEEVE AND SLIDE,DI


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

Solicitation number FA8118-17-R-0001 will not be issued. This requirement will be issued on FA8118-17-R-0013.  Please see FA8118-17-R-0013 for the solicitation.

All questions regarding this notice and requirement are to be submitted in writing via E-mail or Fax to the point(s) of contact specified herein.  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.


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. Offerors must specify whether they are a U.S. or foreign-owned firm.


The United States Air Force through Air Force Sustainment Center (AFSC), Tinker AFB 73145 is contemplating to procure REMANUFACTURE OF THE KC-135 Slide and Sleeve, NSN: 4810-00-613-3491HS, P/N: 69-5698-1.  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 contract with a one-year basic period and three one-year options is contemplated.  The requirements set forth in this notice are defined per Purchase Request FD20301601000.


Solicitation number:  FA8118-17-R-0001


Estimated issue date:  30 Nov 2016


Estimated closing date:   30 Dec 2016


Nomenclature/Noun:  Slide and Sleeve


DoD Priority Rating:  DO


Function:  Device is used to provide hydraulic power to the boom ruddervator control system


NSN:  4810-00-613-3491HS


Manufacturer / PN:  52767/69-5698-1


Application (Engine or Aircraft):  KC-135 aircraft


RMC / RMSC:  R 5 / P


History:  Last procured FA8118-15-M-0003 awarded 14 Sep 2015


NAICS:  336413


Item, Quantity, Delivery:


L/I X001:  Remanufacture of NSN 4810-00-613-3491HS


Input PN 69-5691 or PN 69-5698-1; Output P/N 69-5698-1


Best Estimated Quantity (BEQ): Basic - 190EA, Opt I - 190EA, Opt II - 85EA; Opt III - 85EA; Opt IV - 85EA


Delivery:  12EA per month After Receipt of Order and reparable units.  Early delivery is acceptable.


L/I 0002: Over and Above Work - To Be Negotiated; BEQ:  To Be Determined.


L/I 0003: Data in accordance with DD Form 1423-1 - Not Separately Priced; BEQ: To Be Determined.


Destination:  To Be Determined; Contact PMS upon Government acceptance for Ship To and Mark For Instructions.

Export Control:  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. 


 


Qualification Requirements:  None

The rights to use the data needed to purchase this part from additional sources are not owned by the Government and cannot be purchased, developed, or otherwise obtained.


The proposed requirement is for supplies or services for which the Government intends to solicit and negotiate with only one source pursuant to the authority of FAR 6.302-1:


Approved/Potential Sources:  Fortner Engineering (52767)


All responsible sources may submit a capability statement, proposal, or quotation, which shall be considered by the agency.


In accordance with FAR 22.10003-6(a)(1), this remanufacture shall be deemed to be manufacturing.  As such, this will be considered as a "supply" type acquisition.


Set-aside:  N/A


UID is applicable.  See DFARS 252.211-7003. 


Electronic procedures will be used for this solicitation.


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.


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.


Cheryl J. Hawkins-Prebula, Phone 4057344622, Email cheryl.hawkins-prebula@us.af.mil - Susan Thomas, Contract Officer, Phone 405-739-5457, Email susan.thomas.9@us.af.mil

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP