Pais / Región
Paises

Provincias / Departamentos
Colombia Colombia
Argentina Argentina
Canada Canada
Chile Chile
Ecuador Ecuador
España España
Guatemala Guatemala
Honduras Honduras
Mexico Mexico
Panama Panama
Paraguay Paraguay
United States United States
Uruguay Uruguay
Categorias / Industrias
Publication: 2021-10-25 14:07:00
United States SAM

Spare Buy (Supply) for the E-3 / KC-135 Sleeve and Slide, DI; NSN: 4810-00-348-6335HS; Part Number: 50746

Process Number FD20302200305

USA

Dates:


Notice ID:

FD20302200305

Department/Ind. Agency:

DEPT OF DEFENSE

Sub-tier:

DEPT OF DEFENSE

Sub Command:

FA8118 AFSC PZABB

Office:

FA8118 AFSC PZABB

General Information:


All Dates/Times are:

(UTC-06:00) CENTRAL STANDARD TIME, CHICAGO, USA

Updated Published Date:

(UTC-06:00) CENTRAL STANDARD TIME, CHICAGO, USA

Original Published Date:

2021-10-25 14:07:00

Original Response Date:

Nov 10, 2021 03:00 pm CST

Inactive Policy:

Manual

Original Inactive Date:

Jan 10, 2022

Initiative:
  • None***--***

Classification:


Product Service Code:

4810 - VALVES, POWERED

NAICS Code:

336413 - Other Aircraft Parts and Auxiliary Equipment Manufacturing

Description:


Original Set Aside:

The United States Air Force through Air Force Sustainment Center (AFSC), Tinker AFB 73145 is contemplating the Spare Buy (Supply) for the E-3 / KC-135 Sleeve and Slide, DI; NSN: 4810-00-348-6335HS; Part Number: 50746. This notice is in accordance with FAR 5.101(a)(2). A firm fixed price One year Requirements type contract is contemplated. The requirements set forth in this notice are defined per Purchase Request: FD2030-22-00305 As follows: The Government intends to issue a request for quotation on or about 05 November 2021 with a closing response date of 06 December 2021 and estimated award date of on or about 31 December 2021. 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: Air Force Spare Buy (Supply) for the Sleeve and Slide, DI; One year; NSN: 4810-00-348-6335HS; Part Number: 50746; Applicable to E-3 / KC-135 aircraft to purchase quantity: 11 each with a maximum quantity 17 each. Item Dimensions: 4.5000’ Length x 0.5000’ Width x 0.5000’ Height and Weight 3.2500lbs Material: Aluminum/Steel Function: Controls the sequence of operations of landing gear and door actuating hydraulic cylinders. Delivery: 11 unit(s) by 15 September 2023. Early delivery is acceptable Ship To: SW3211, ACCOUNT 09 Duration of Contract Period: 15 September 2021 Marking Type: Item Unique Identification (IUID): This item is internal to NHA. Use Bag and Tag for IUID marking method. Please see DFARS 252.211-7003(c)(1)(i) for further requirements for IUID marking. If surplus is considered, prior approval and evaluation must be performed IAW AFMC FAR Supplement Part 5352.211-9013, tech order number 9H8-9-25-3/4. New, unused Government surplus is acceptable with P/N 50746 and Manufacturer 81982 verification. Proof of prior Government ownership is required. Qualification Requirements: QUALIFICATION REQUIREMENTS APPLY. Due to the complexity and criticality of this part, only actual manufacturers 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. **The Government is not responsible for incomplete, misdirected, or untimely requests. ** 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 Approved Source(s) include: Hydro-Aire, Inc. CAGE CODE: 81982 Export Control: N/A This is a Sole Source Requirement to Hydro-Aire, Inc. (Cage 81982). The AMC/AMSC is 3/P. 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. In accordance with FAR 5.207(c)(16)(ii), when using the Sole Source Authority at 6.302-1, all responsible sources may submit a capability statement, proposal, or quotation, which shall be considered by the agency. All questions regarding this notice are to be submitted in writing via E-mail or Fax. 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: Staci Depel; Email: staci.depel@us.af.mil or Jacqueline West; Email: jacqueline.west@us.af.mil

Attachments / Links:


Document Size Updated date Download

Contact Information:


CP 405 739 2048 3001 STAFF DR STE 1AC4 99A

TINKER AFB , OK 73145-3303

USA

Primary Point of Contacts:

Staci Depel

Secondary Point of Contact:

Jacqueline K West