Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MAY 16, 2025 SAM #8572
SOLICITATION NOTICE

28 -- Seal, Air, Aircraft G

Notice Date
5/14/2025 6:40:34 AM
 
Notice Type
Presolicitation
 
NAICS
336412 — Aircraft Engine and Engine Parts Manufacturing
 
Contracting Office
DLA AVIATION AT OKLAHOMA CITY, OK TINKER AFB OK 73145-3070 USA
 
ZIP Code
73145-3070
 
Solicitation Number
SPRTA1-25-R-0311
 
Response Due
5/29/2025 12:00:00 PM
 
Archive Date
05/29/2026
 
Point of Contact
Keith Russ
 
E-Mail Address
keith.russ@us.af.mil
(keith.russ@us.af.mil)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
Synopsis FD2030-25-01303 Estimated issue date 6 Jun 2025 and estimated closing/response date 10 Jul 2025. RFP #: SPRTA1-25-R-0311 Contracting Office Address: 3001 Staff Drive Tinker AFB, OK 73145 PR #: FD2030-25-01303 Nomenclature/Noun: Seal, Air, Aircraft G NSN: 2840-01-445-4017NZ PN: 4083716-01 Application (Aircraft): F100 AMC: 1C History: Previously purchased 235 EA per contract SPRTA1-24-F-0314 on 23 Aug 2024 / purchased 311 EA per contract SPRTA1-23-F-0272 on 30 Aug 2023. Description: This part has a 7.8-degree radius bend to it. Stationary 3rd BOAS get rubbed on by the 3rd Stage Turbine blades to create a blade tip-to honeycomb air seal, thereby obtaining the least amount of loss of compressed air for rotation/thrust. Dimensions: 9.0000 in. long X 1.0000 in. wide X 2.0000 in. high, weighing 1.0000 lbs. Material: Nickle Alloy A firm fixed price contract is contemplated. The items� estimated quantities and required deliveries are as follows: BEQ Quantity: 1374 EACH / MIN: 345 EACH / MAX: 2067 EACH LINE ITEM 0001AA: First Article Test Report Destination: IAW CDRL Instructions Delivery: IAW CDRL Instructions Quantity: 1 LT LINE ITEM 0001AB: First Article Test Plan Destination: IAW CDRL Instructions Delivery: IAW CDRL Instructions Quantity: 1 LT LINE ITEM 0001AC: First Article Unit - Expended Destination: FA Asset will be condemned and disposed of at vendor facility Delivery: IAW CDRL Instructions Quantity: 1 EACH LINE ITEM 0001AD: First Article Units � Non-Expended (will be Part of Production Quantity) Destination: SW3211 Delivery: IAW CDRL Instructions Quantity: 2 EACH LINE ITEM 0001AE: Production Units � New Manufacture Destination: SW3211 Delivery: On or Before 30 Nov 2025 Quantity: Range 345 EACH - 2067 EACH / BEQ: 1374 EACH LINE ITEM 0002: Production Units � New Manufacture W/ First Article Waiver Destination: SW3211 Delivery: On or Before 30 Nov 2025 Quantity: Range 345 EACH - 2067 EACH / BEQ: 1376 EACH Qualified Sources: Beacon Industries (Cage: 32816) TWIGG Corporation (Cage: 50595) RTX Corporation / Pratt Whitney (Cage: 52661) Set-aside: Yes 100% Small Business Set-aside Critical Safety Item (CSI) applicability: CSI criteria does APPLY to this item. Mandatory Language: In accordance with FAR 5.207(c)(16)(i), all responsible sources may submit a capability statement, proposal or quotation, which shall be considered by the agency. The proposed contract action is for supplies in which the Government intends to solicit and negotiate with only one source, or a limited number of sources under the authority of FAR 6.302. This is a full and open requirement. All proposals received within 45 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. Based upon market research, the Government is not using the policies contained in 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. 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 sam.gov. Note: An Ombudsman has been appointed to hear concerns from offers 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 contact the Ombudsman at (405) 855-3552. DO NOT CALL THIS NUMBER FOR SOLICITATION REQUESTS. Item Unique Identification (IUID): Yes Export Control does apply. Offerors are REQUIRED to be ""EXPORT CONTROLLED"" certified in order to receive and view the drawings associated with this solicitation. If an offeror intends to become Export Controlled Certified, a website for registration exists: www.dlis.dla.mil/jcp. Anticipated/Estimated Award date: estimated 60 calendar days after solicitation closing date The solicitation will be available for download on the release date from www.sam.gov. No telephone requests. Questions concerning this synopsis or subsequent solicitation can be directed to Keith Russ at keith.russ@us.af.mil.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/90ccc950bf2d4751a957d1405c60f0a5/view)
 
Record
SN07442974-F 20250516/250514230046 (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.