New Manufacture of Pilot Valve
Agency: | DEPT OF DEFENSE |
---|---|
Level of Government: | Federal |
Category: |
|
Opps ID: | NBD00159796412967210 |
Posted Date: | Sep 23, 2022 |
Due Date: | Nov 26, 2022 |
Solicitation No: | FD20302201021 |
Source: | https://sam.gov/opp/e7f006eec7... |
Procurement Technical Assistance Centers (PTACs) are an official government contracting resource for small businesses. Find your local PTAC (opens in new window) for free government expertise related to contract opportunities.
- Contract Opportunity Type: Presolicitation (Original)
- All Dates/Times are: (UTC-05:00) CENTRAL STANDARD TIME, CHICAGO, USA
- Original Published Date: Sep 23, 2022 11:24 am CDT
- Original Response Date: Nov 26, 2022 03:00 pm CST
- Inactive Policy: 15 days after response date
- Original Inactive Date:
-
Initiative:
- None
- Original Set Aside:
- Product Service Code: 1660 - AIRCRAFT AIR CONDITIONING, HEATING, AND PRESSURIZING EQUIPMENT
-
NAICS Code:
- 336413 - Other Aircraft Parts and Auxiliary Equipment Manufacturing
-
Place of Performance:
Tinker AFB , OK 73145USA
The United States Air Force through Air Force Sustainment Center (AFSC), Tinker AFB 73145 is contemplating the New Manufacture of Pilot Valve. This notice is in accordance with FAR 5.101(a)(2). A firm fixed price, fixed quantity type contract is contemplated.
The requirements set forth in this notice are defined per Purchase Request FD2030-22-01021.
The Government intends to issue a request for quotation on or about 12 Oct 2022 with a closing response date of 26 Nov 2022 and estimated award date of on or about 20 Jan 2023. This notice does in itself represent the issuance of a formal request for quotation and is intended to be taken as such.
Written response is required.
Item 0001: Pilot Valve; NSN: 1660-009-49-9895; P/N 26430056-02; Valve, Pilot to support the B-52 aircraft.
Min Qty: 16
Beq Qty: 62
Max Qty: 93
Function: Valve, Pilot to support the B-52 aircraft.
Dimensions: 5.0” h x 8.0” w x 12.0” l and weighs 9.5 lbs. Material: Aluminum.
Delivery: Deliver Units 2ea every 30 Calendar Days. Early delivery is acceptable.
Mark For: ACCT 09
Ship To: DLA DISTRIBUTION DEPOT OKLAHOMA
3301 F AVE CEN REC BLDG 506 DR 22
Shipping instructions will be provided by the Production Management Specialist (PMS) prior to any shipments of serviceable assets.
Duration of Contract Period: One Year
(a) Item Unique Identification (IUID) marking is required in accordance with DFARS 252.211-7003. Contractor determined location and method of marking is acceptable.
(b) If surplus is considered, prior approval is required. New, unused Government surplus is acceptable with P/N 2184073-3 and Manufacturer 82106 verification. Proof of prior Government ownership is required.
(c) Award cannot be made to offshore vendor without prior approval IAW SAMM, Chapter C7, Para C7.19.1.
Qualification Requirements: QUALIFICATION REQUIREMENTS APPLY. Interested vendors that have not been previously qualified for this acquisition must submit a Source Approval Request (SAR) package to the Source Development, Small Business Office at 405-739-7243. As prescribed in FAR 9.202(e), the contracting officer need not delay a proposed award in order to provide a potential offeror with an opportunity to demonstrate its ability to meet the standards specified for qualification.
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 approve sources.
Current Approve Source(s) include: This is a sole source requirement to approved Large Business:
Meggitt (North Hollywood), Inc CAGE CODE: 79318 LARGE BUSINESS
In order to receive any technical data related to this acquisition, offerors must send an email request to David O’Rourke. Release of any data is subject to applicable data rights. The request shall be on company letterhead and include the applicable solicitation number, the specific data needed (including TO and/or drawing numbers), and a copy of the current, approved DD Form 2345. The form, including instructions for completing the form, is available at: http://www.dtic.mil/whs/directives/infomgt/forms/forminfo/forminfopage2220.html.
The Government is not responsible for incomplete, misdirected, or untimely requests.**
Export Control: N/A
The AMC is 3/D. 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.
Set-aside: N/A
Based upon market research, the Government will not be 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.
All questions regarding this notice are to be submitted in writing via E-mail. 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. Prospective offerors must comply with all the requirements of the solicitation and any attachments thereto to be considered responsive. 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. Also offerors must specify whether they are a U.S. or foreign-owned firm.
OMBUDSMAN (AUG 2005) (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.
Electronic procedures will be used for this solicitation. No telephone requests. Only written or emailed requests received directly from the requestor are acceptable.
Point of Contact: David O’Rourke; Phone: 405-734-4622; Email: david.orourke@us.af.mil
- CP 405 739 2048 3001 STAFF DR STE 1AC4 99A
- TINKER AFB , OK 73145-3303
- USA
- David O'Rourke
- david.orourke@us.af.mil
- Phone Number 405-734-4622
- Shirley V. Harmon
- Shirley.Harmon.1@us.af.mil
- Phone Number 4057395461
- Sep 23, 2022 11:24 am CDTPresolicitation (Original)
TRY FOR FREE
Not a USAOPPS Member Yet?
Get unlimited access to thousands of active local, state and federal government bids and awards in All 50 States.