SOLICITATION NOTICE
J -- TEMPERATURE SENSOR
- Notice Date
- 5/18/2012
- Notice Type
- Presolicitation
- NAICS
- 336412
— Aircraft Engine and Engine Parts Manufacturing
- Contracting Office
- DEPARTMENT OF THE AIR FORCE; BLDG 3001 SUITE 2AH82A; TINKER AFB; OK; 73145
- ZIP Code
- 73145
- Solicitation Number
- FA8122-12-R-0017
- Response Due
- 6/18/2012
- Point of Contact
- Ann Redwine, Phone 405-734-4613, Fax 000-000-0000, Email ann.redwine@tinker.af.mil - Billie Kindschuh, Phone 405-734-4631, Fax 405-739-3464, Email billie.kindschuh@tinker.af.mil
- E-Mail Address
-
Ann Redwine
(ann.redwine@tinker.af.mil)
- Small Business Set-Aside
- N/A
- Description
- This is a combined synopsis/solicitation for acquisition of a commercial service 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; proposals are being requested and a written solicitation will not be issued. This solicitation document, incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-58 dated 18 Apr 12. The Purchase Request number is FD2030-12-36022. The solicitation number is for FA8122-12-R-0017. The solicitation is a request for proposals (RFP). Proposals will be received at the issuing office until 3:00 PM Central Standard Time on 18 June 2012. REMANUFACTURE F110-100 Fan Discharge Temperature (FDT) Sensor SOL FA8122-12-R-0017 PR FD2030-12-36022 AFGLSC 848 SCMG/PKAB TINKER AFB OK 73145-3015, For additional information contact Ann Redwine/PKAB/(405) 734-4613. A firm fixed-price two year basic contract is contemplated for remanufacture of the F110- Fan Discharge Temperature Sensors. Item 0001: NOUN: Beyond Economical Repair F101 Front Frames Input NSN 2915-01-191-1818PR, P/N: 1269M86P01 Quantity: To Be Determined EA. Item 0002: NOUN: Remanufacture F110-100 FDT Sensors Input NSN 2915-01-191-1818PR, P/N: 1269M86P01 Output NSN 2915-01-485-7506PR, P/N: 1269M86P02 Quantity: 90 EA. Delivery: Item 0002: 7 EA every 60 days after receipt of reparable assets. 0003: NOUN: Data Reporting: CAVAF Reporting, 0004: NOUN: Depot Maintenance Production Reporting, 0005: NOUN: CEMS Reporting. All data reporting in accordance with applicable CDRL and DID. Applicable to: F110 Engine, F-16 Aircraft. Destn: Tinker Air Force Base OK 73145-3015. Description: Fan Discharge Temperature (FDT) sensor responds to temperature changes and regulates pressure within the F110-100 engine. The sensor's dimensions are approximately 9.5 inches high X 4 inches wide. The material consists of aluminum exterior surfaces anodized per MIL-L-8625 Class I Type II. Function: The FDT sensors provide a hydraulic signal (fuel pressure) to the main engine control (MEC) and the electronic signal to the digital engine control (DEC). The FDT sensor regulates temperature by sensing gas pressure as it increases and decreases within the MEC of the F110-100 engine. It allows a consistent engine pressure and temperature to be maintained. The following FAR provisions and clauses apply to this solicitation and are incorporated by reference. Activity Address code/Routing Identifier Code (RIC) (Mar 2010); End Items Beyond Economical Repair; F.O.B. Origin (Oct 1993); Government Property Furnished for Repair (Jun 2004); Inspection and Acceptance (Sep 1999); FAR 52.203-6, Restrictions on Subcontractor Sales to the government (Sep 2006); FAR 52.204-10, Reporting Executive compensation and first-Tier subcontract Awards (Feb 2012); FAR 52.209-1, Qualification Requirements (Feb 1995); FAR 52.209-6, Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (Dec 2010); FAR 52.211-8, Time of Delivery (Jun 1997); FAR 52.211-14, Notice of Priority Rating for National Defense, Emergency Preparedness, and Energy Program Use. (Apr 2008); FAR 52.211-15, Defense Priority and Allocation Requirements. (Apr 2008); FAR 52.212-1, Instructions to Offerors-Commercial Items (Feb 2012); FAR 52.212-2, Evaluation-Commercial Items (Jan 1999); FAR 52.212-3, Offerors, Representations and Certifications-Commercial Items (Apr 2012) A completed copy of the Offeror Representations and Certifications must be included with the proposal unless the offeror is registered in ORCA; FAR 52.212-4, Contract Terms and Conditions-Commercial Items (Feb 2012); FAR 52.212-5, Contract Terms and Conditions Required to Implements Statues or Executive Orders-Commercial Items (Apr 2012); FAR 52.216-9, Order Limitations (Oct 1995); FAR 52.216-21, Requirements (Oct 1995); FAR 52.219-8, Utilization of Small Business Concerns (Jan 2011); FAR 52.219-9, Small Business Subcontracting Plan (Apr 2008) and Alt II (Oct 2001); FAR 52.219-16, Liquidated Damages-Subcontracting Plan (Jan 1999); FAR 52.219-28, Post Award Small Business Program Rerepresentation (Apr 2012); FAR 52.222-1, Notice to the Government of Labor disputes (Feb 1997); FAR 52.222-3, Convict Labor (Jun 2003); FAR 52.222.21, Prohibition of Segregated Facilities (Feb 1999); FAR 52.222-26, Equal Opportunity (Mar 2007); FAR 52.222-35, Equal Opportunity for Veterans (Sep 2010); FAR 52.222-36, Affirmative Action for Workers with Disabilities (Oct 2010); FAR 52.222-37, Employment Reports on Veterans (Sep 2010); FAR 52.222-50, Combating Trafficking in Persons (Feb 2009); FAR 52.225-13, Restriction on Certain Foreign Purchases (Jun 2008); FAR 52.223-11, Ozone-Depleting substances (May 2001); FAR 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving (Aug 2011); FAR 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration (Oct 2003); FAR 52.237-11, Accepting and Dispensing of $1 Coin (Aug 2007); FAR 52.245-1, Government Property (Apr 2012); FAR 52.245-9, Use and charges (Apr 2012); FAR 52.246-11, Higher-Level contract Quality Requirement (Feb 1999) ISO 9001-2000 IAW PWS Para 1.6 (24 Apr 2008); FAR 52.247-1, Commercial bill of Lading Notations (Feb 2006); FAR 52.247-29, FOB Origin (Jun 1988); FAR 52.247-30, F.O.B. Origin, Contractor's Facility (Feb 2006); FAR 52.247-65, F.O.B. Origin, Prepaid Freight - Small Package Shipments (Jan 1991); FAR 52.252-4, Alterations in Contract (APR 1984); DFARS 252.203-7000, Requirements Relating to Compensation of Former DoD Officials (Sep 2011); DFARS 252.203-7002, Requirement to Inform Employees of Whistleblower Rights (Jan 2009); DFARS 252.204-7008, Export-Controlled Items (Apr 2010); DFARS 252.211-7003, Item Identification and Valuation (Jun 2011); DFARS 252.211-7007, Reporting of Government-Furnished Equipment in the Item Unique Identification (IUID) Registry (Nov 2008); DFARS 252.212-7001, Contract Terms and Conditions Required to Implements Statues or Executive Orders Applicable to Defense Acquisitions of Commercial Items (Apr 2012); DFARS 252.216-7006, Ordering (May 2011); DFARS 252.223-7008, Prohibition of Hexavalent Chromium (May 2011); DFARS 252.225-7000, Buy American Act-Balance of Payments Program Certificate (Sep 1999); DFARS 252.225-7001, Buy American Act and Balance of Payments Program (Oct 2011); DFARS 252.225-7002, Qualifying Country Sources as subcontractors (Apr 2003); DFARS 252.225-7008, Restriction on Acquisition of Specialty Metals (Jul 2009); DFARS 252.225-7009, Restriction on Acquisition of Certain Articles Containing Specialty Metals (Jan 2011); DFARS 252.225-2012, Preference for Certain Domestic Commodities (Jun 2010); DFARS 252.225-7014, Preference for Domestic Specialty Metals (Jun 2005) and Alt I; DFARS 252.225-7028, Exclusionary Policies and Practices of Foreign Government (Dec 1991); DFARS 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports (Mar 2008); DFARS 252.232-7010, Levies On Contract Payments (Dec 2006); DFARS 252.237-7010, Prohibition on Interrogation of Detainees by Contractor Personnel (Nov 2010); DFARS 252.245-7001, Tagging, Labeling, and Marking of Government-Furnished Property (Apr 2012); DFARS 252.225-7002, Reporting Loss of Government Property (Apr 2012); DFARS 252.245-7003, Contractor Property Management System Administration (Apr 2012); DFARS 252.245-7004, Reporting, Reutilization, and Disposal (Apr 2012); AFFARS 5352.201-9101, Ombudsman (Apr 2010); AFFARS 5352.223-9000, Elimination of Use of Class I Ozone Depleting Substances (ODSs) (Apr 2003); MILITARY PACKAGING AND MARKING PACRNQUPICQPS MTC DPS MLWP MLCU DUC TU CI CU C LSM PAA00100051100XXXXXNV00B19 WGTLGTHWDTHDPTHCUBEO P I 14.026.015.014.53.272M PACRNPACK LVLPRES LVLSUPPLEMENTAL PACKAGING PAABMIL Items shall be packaged in accordance with MIL-STD-2073-1D, Standard Practice for Military Packaging, Shipping and storage markings shall be in accordance with MIL-STD-129P, Standard Practice for Military Marking. The full text of any clause can be found at: http//: farsite.hill.af.mil. Command Note A - Revised CBD Note 22 and Command Note B - Revised CBD Note 23 apply. Contact Billie Kindschuh at 405-739-5461 for information regarding this solicitation. Fax number is 405-739-3462. E-mail address is billie.kindschuh@tinker.af.mil. Qualification requirements: Sources must be qualified prior to being considered for award. Qualification requirements are not available for this acquisition. These qualification requirements apply to line item(s) 0001 and 0002. The approximate solicitation issue date is 15 MAY 2012 and the estimated solicitation response date will be 18 JUN 2012. The anticipated award date will be 26 JUN 2012. RMC: R4D. Electronic procedures will be used for this solicitation through FedBizOpps at http://www.eps.gov/. Approved Source is Woodward Inc., Loves Park, IL 61111 cage code 66503. All responsible sources solicited may submit a bid, proposal, or quotation that shall be considered. Award will be made only if the offeror, the product/service or the manufacturer meets qualification requirements at the time of award in accordance with FAR clause 52.209-1. Interested persons may identify their interest and capability to respond to the requirement or submit proposals. This notice of intent is not a request for competitive proposals. However, all proposals received within thirty days after date of publication of this synopsis will be considered by the Government. A Determination by the Government not to compete this proposed contract based upon responses to this notice is solely within the discretion of the Government. Information received will normally be considered solely for the purpose of determining whether to conduct a competitive procurement. Specifications, plans, or drawings relating to the procurement described are incomplete or not available and cannot be furnished by the Government. Please contact: OC-ALC/BC, ATTN: Source Development Office, 3001 Staff Dr Ste 1AG85A, Tinker AFB OK 73145-3009 in writing for further information concerning the source approval process. It is suggested that small business firms or others interested in subcontracting opportunities in connection with the described procurement make contact with the firm(s) listed. Note: 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. Note: Faxed solicitation requests can be submitted to AFGLSC 848 SCMG/PKAB, Tinker AFB OK 73145-3015, FAX Number (405) 739-3462. Attachments: Appendix B - CAV-AF Statement of Work, 6 pages Appendix C - Safety Specifications, 3 pages CDRL A001 CAV-AF Government Furnished Material Report, 4 pages CDRL A002 Depot Maintenance Production Report, 4 pages CDRL A003 Comprehensive Engine Maintenance Systems (CEMS) Report, 4 pages
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/OCALCCC/FA8122-12-R-0017/listing.html)
- Record
- SN02752264-W 20120520/120519000121-4b6bdfb868b376d9441078485ab72d4e (fbodaily.com)
- Source
-
FedBizOpps Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |