Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MAY 02, 2025 SAM #8558
SOLICITATION NOTICE

48 -- VALVE,LINEAR,DIRECT

Notice Date
4/30/2025 10:14:08 AM
 
Notice Type
Presolicitation
 
NAICS
336413 — Other Aircraft Parts and Auxiliary Equipment Manufacturing
 
Contracting Office
DLA AVIATION AT OKLAHOMA CITY, OK TINKER AFB OK 73145-3070 USA
 
ZIP Code
73145-3070
 
Solicitation Number
SPRTA1-25-R-0290
 
Response Due
6/16/2025 1:00:00 PM
 
Archive Date
04/30/2026
 
Point of Contact
Scott Rountree
 
E-Mail Address
scott.rountree.1@us.af.mil
(scott.rountree.1@us.af.mil)
 
Description
Synopsis FD2030-25-00836 Estimated issue date 15 May 2025 and estimated closing/response date 16 Jun 2025. RFP #: SPRTA1-25-R-0290 PR: FD2030-25-00836 Service/Spares/Repair/OH: Spares Nomenclature/Noun: VALVE,LINEAR,DIRECT NSN: 4810-00-232-7931HS PN: 2630111-1M1 Application (Engine or Aircraft): F-16 AMC: 3P IUID Note to Contractor: IUID requirements will apply. History: Previously purchased 1 EA per contract F42600-83-C-4011 on 23 May 1983. Description: Provides directional control in the fire extinguishing system. Dimensions: 6.3 inches wide X 6.3 inches high X 6.3 inches long. Weight 0.9000 lbs. Material: ALUMINUM ALLOY A firm fixed price contract is contemplated. The item, estimated quantities and required deliveries are as follows: Quantity: LINE ITEM 0001: Destination: SW3211 Delivery: 105 EA ON OR BEFORE 16 OCT 2026 Required Quantity: 105 each Quantity Range: Min-26 each, Max-158 each 16. Qualified Sources: PARKER HANNIFIN CORPORATION (Cage: 93835) 17. Mandatory Language: The Government does not own the data or the rights to the data needed to manufacture this item. Firms interested in participating in this procurement are encouraged to contact the OEM, to inquire about the data or rights to the data. In accordance with FAR 5.207(c) (16) (i), all responsible sources may submit a bid, proposal, or quotation which shall be considered by the agency. 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. It is suggested that small business firms or others interested in subcontracting opportunities in connection with the described procurement make contract with the firm(s) listed. This acquisition involves technology that has a military or space application. The extent of foreign participation has not yet been determined. Nothing in this notice contradicts other restrictions, identified in the synopsis notice or solicitation, regarding eligible sources (e.g., if this is a small business set aside, foreign sources may not participate as potential prime contractors but could, if otherwise eligible, participate as subcontractors). Government's obligation under this contract is contingent upon the availability of appropriated funds from which payment for contract purposes can be made. No legal liability on the part of the Government for any payment may arise until funds are made available to the Contracting Officer for this contract and until the Contractor receives notice of such availability, to be confirmed in writing by the Contracting Officer. Electronic procedures will be used for this solicitation. Hardcopies of the solicitation will not be sent from this office. The solicitation will be available for download only at www.sam.gov. This notice of intent is not a request for competition. However, all proposals received within 45 days (30 days if award is issued under an existing basic ordering agreement) 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. Note: While price will be a significant factor in the evaluation of offers, the final contract award decision may be based upon a combination of price and past performance factors as detailed in the solicitation. 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 the 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) 855-3556. DO NOT CALL THIS NUMBER FOR SOLICITATION REQUESTS. Authority: 10 U.S.C. 2304(c)(1), Justification: supplies (or Services) required are available from only one or a limited number of responsible sources(s) and no other type of supplies or services will satisfy agency requirements. The proposed contract action is for supplies and services for which the Government intends to solicit and negotiate with only one, or a limited number of sources under the authority of FAR 6.302. Based upon market research, the Government is not using the policies contained in Far Part 12, Acquisition of Commercial Items, in its solicitation for the described supplies or services. However, interested persons 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. Qualification Requirements do not apply. Export Control does not apply. The solicitation will be available for download on the release date from sam.gov. No telephone requests. Questions concerning this synopsis or subsequent solicitation can be directed to Scott Rountree at scott.rountree.1@us.af.mil.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/4d39ac975da246449e9e7a6f2116e209/view)
 
Record
SN07426689-F 20250502/250430230047 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.