The RFP Database
New business relationships start here

Valve Assembly, Hydr


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

This requirement is not expected to exceed the Simplified Acquisition Threshold. The solicitation will be available for review on the Federal Business Opportunities website (www.fbo.gov). Potential offerors are encouraged to submit offers via email to the address listed on the solicitation.


Therefore IAW with FAR part 5.202(a)(13), exception:


(i) Is for an amount not expected to exceed the simplified acquisition threshold
(ii) Will be made through a means that provides access to the notice of proposed contract action through the GPE.
(iii) Permits the public to respond to the solicitation electronically.


Electronic commerce is defined at 41 USC sec. 426 as electronic techniques for accomplishing business transactions, including electronic mail.


Thus, provided the complete solicitation package is available through the GPE and offerors are permitted to respond electronically (i.e., email in this case), the proposed contract action would not need to be synopsized. Therefore, synopsis is hereby waived as this acquisition is not expected to exceed the simplified acquisition threshold, request for proposal will be made through Federal Business Opportunities (FedBizOps), and the offerors will be able to respond electronically. The solicitation number for this requirement is: SPRTA1-19-Q-0286.


Synopsis is hereby waived.



1. Estimated Solicitation issue date is 21 February 2019 with an estimated closing/response date of 08 Apr 2019. It is the intention of DLA Aviation at Oklahoma City to allow a 45-Day Solicitation period for Boeing Rights Guard applicable acquisitions with days 1 through 15 being allotted to allow time for additional potential sources to submit requests for, and receive, the BRG Technical Data Package CD-ROM. This additional time over-and-above the standard 30-day Solicitation timeframe is a courtesy and serves as constructive notice that it is the affirmative responsibility of potential offerors to monitor the FBO and quickly process requests for the BRG Technical Data Package CD-ROM and that Solicitation Closing Dates WILL NOT be extended for the sole-purpose to allow for additional time to propose.


2. Request for Proposal #: SPRTA1-19-Q-0286


3. Purchase Request: FD2030-19-01280, US Air Force Requirement


4. Nomenclature/Noun: Valve Assembly, Hydra


5. NSN: 1650-01-038-3276


6. Part Number 50-9320


7. Application (Engine or Aircraft): E-3 Aircraft


8. Acquisition Method Code (AMC): 1/C; Suitable for competitive acquisition for the second or
subsequent time. Full and Open Competitive Acquisition for the Second or Subsequent Time. This part
requires engineering source approval by the design control activity in order to maintain the
quality of the part. Existing unique design capability, engineering skills, and manufacturing
knowledge by the qualified source(s) require acquisition of the part from the approved source(s).
The approved source(s) retain data rights, manufacturing knowledge, or technical data that are
not economically available to the Government, and the data or knowledge is essential to maintaining
the quality of the part. An alternate source must qualify in accordance with the design control
activity's procedures, as approved by the cognizant Government engineering activity. The
qualification procedures must be approved by the Government engineering activity having
jurisdiction over the part in the intended application. Acquisition is subject to Boeing Rights
Guard (BRG) restrictions and procedures. Information concerning procedures to request/obtain the
BRG Technical Data Package via a CD-ROM as well as the applicable points-of-contact will be
outlined on the solicitation itself, when issued.


9. History: Previously purchased 1 each from HD Aero Support on purchase order SPRTA1-16-P-0158, awarded
on 20 Sep 2016.


10. Description/Function: Valve Assembly, Hydr


11. Dimensions: Approximately 5.00 inches in length, 5.00 inches in width and 4.00 inches in
height, and 3.0 lbs in weight.


12. Material: Aluminum Alloy


13. Sources / CLIN 0001: Qualified Sources (Qualification Requirements Apply): Total Small Business Set
A-Side, Export Controlled Certification, and Boeing Rights Guard Certification required. CLIN 0002 and 0003 Total Small Business Set Aside.


14. Qualification Requirements: CLIN 0001: Qualification requirements are set forth in OC-ALC Source Approval
Information Booklet. Due to the complexity and criticality of this part, only actual manufactures
that have successfully completed all testing required by the original company responsible for the
design, or manufacturers that have successfully completed all testing on items determined by the
government to be similar in complexity and criticality, can be considered approved sources for this
item.


15. First Article: Not Applicable.


16. Surplus: New/Unused Government and Commercial Surplus Allowed required part number and manufacturer verification.


17. Export Control: Yes. you are REQUIRED to be "EXPORT CONTROLLED" certified in order to receive
and view the Technical Data Package / drawings for this solicitation. If your company intends to
become Export Control Certified, a web site for registration exists: http://www.dlis.dla.mil/jcp/.
Foreign owned firms are advised to contact the contracting officer or program manager before
submitting a proposal to determine whether there are restrictions on receiving an award. Access to
the Technical Data Package for this acquisition is restricted to potential offerors who have met
the requirements to view/receive Export Controlled data as well as satisfying the requirements
under the Boeing Rights Guard controls and procedures to receive/view the Bid-Set package via a
Boeing Rights Guard CD-ROM.


18. Award of a New Manufacture Fixed-Quantity, Firm Fixed-Price contract is contemplated. Notice of
Range Quantity Solicitation: The current required quantity is 4 ea to include the first article.
However, the final required quantity may change. Therefore, offeror(s) are required to propose
prices for the specific quantity ranges identified in the Solicitation, when issued. The current
overall possible quantity range for this acquisition is a between a Minimum quantity of 1 ea and
Max quantity of 6 ea. If the specific quantity ranges identified in the Solicitation do not provide the best pricing option for your company business model, then the contractor has the option of identifying within Provision 52.207-4, those suggested quantity ranges, for informational/planning purposes only that yield your best prices to the Government. Offeror(s) are still required to submit proposals for the specific quantity ranges identified in the Solicitation.
The Final fixed-quantity of this requirement is at the sole discretion of the Government and the
Government reserves the right to award no contract at all depending on the quality and prices of
proposal(s) received. The final buy quantity will be re- evaluated and determined upon receipt of
quote(s) and the closing date of the Solicitation. Surplus is NOT authorized for this procurement.
Required Delivery Schedule: 51 days after receipt of order. Destination: DLA Distribution Depot, Hill AFB, Oklahoma.


19. Mandatory Language: Written procedures will be used for this solicitation. Electronic
submission of completed/signed proposals via scanned PDF through e-mail to the contracting officer
is authorized. DLA OMBUDSMAN (a) An ombudsman has been appointed to hear and facilitate the
resolution of concerns from offerors, potential offerors, and others for this acquisition. When
requested, the ombudsman will maintain strict confidentiality as to the source of the concern. The
existence of the ombudsman does not affect the authority of the program manager, contracting
officer, or source selection official. Further, the ombudsman does not participate in the
evaluation of proposals, the source selection process, or the adjudication of protests or formal
contract disputes. The ombudsman may refer the party to another official who can resolve the
concern. (b) Before consulting with an ombudsman, interested parties must first address their
concerns, issues, disagreements, and/or recommendations to the contracting officer for resolution.
Consulting an ombudsman does not alter or postpone the timelines for any other processes (e.g.,
agency level bid protests, GAO bid protests, requests for debriefings, employee-employer actions,
contests of OMB Circular A-76 competition performance decisions). (c) The Competition Advocate (CA)
at each contracting activity/office (as defined in DLAD 2.101) shall act as the ombudsman and
attempt to resolve contractor complaints. DLA AVIATION AT OKLAHOMA CITY CA/Ombudsman can be reached
at (405) 855-3556. DO NOT CALL THIS NUMBER FOR SOLICITATION REQUESTS. Complaints which cannot be so
resolved shall be forwarded to the HQ through J-72 for resolution by the DLA competition advocate.
Each activity is responsible for developing procedures for executing the duties and
responsibilities. (d) The ombudsman has no authority to render a decision that binds the agency.
(e) Do not contact the ombudsman to request copies of the solicitation, verify offer due date,
or clarify technical requirements. Such inquiries shall be directed to the Contracting Office.


20. UID marking requirements IAW DFARS clause 252.211-7003 apply to this acquisition.


21. This procurement is not a  Small Business Set Aside.


22. The solicitation will be available for download on the release date from www.fedbizops.gov. No
telephone requests. Questions concerning this synopsis or subsequent solicitation can be directed
to Tracy Clendennen at (405) 855-3552 or email tracy.clendennen@us.af.mil.


 


Tracy Clendennen, Contracting Officer, Phone (405)855-3552, Email tracy.clendennen@us.af.mil

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP