Generator, Alternating Current
Agency: | DEPT OF DEFENSE |
---|---|
Level of Government: | Federal |
Category: |
|
Opps ID: | NBD00159669884848596 |
Posted Date: | Apr 11, 2024 |
Due Date: | Apr 26, 2024 |
Solicitation No: | SPRTA1-24-R-0124 |
Source: | https://sam.gov/opp/05176fa4eb... |
APEX Accelerators are an official government contracting resource for small businesses. Find your local APEX Accelerator (opens in new window) for free government expertise related to contract opportunities.
APEX Accelerators are funded in part through a cooperative agreement with the Department of Defense.
The APEX Accelerators program was formerly known as the Procurement Technical Assistance Program (opens in new window) (PTAP).
- Contract Opportunity Type: Presolicitation (Original)
- All Dates/Times are: (UTC-05:00) CENTRAL STANDARD TIME, CHICAGO, USA
- Original Published Date: Apr 11, 2024 03:06 pm CDT
- Original Response Date: Apr 26, 2024 11:59 pm CDT
- Inactive Policy: 15 days after response date
- Original Inactive Date: May 11, 2024
-
Initiative:
- None
- Original Set Aside:
- Product Service Code: 6115 - GENERATORS AND GENERATOR SETS, ELECTRICAL
-
NAICS Code:
- 336413 - Other Aircraft Parts and Auxiliary Equipment Manufacturing
-
Place of Performance:
Twinsburg , OH 44087USA
1. Estimated issue date and estimated closing/response date:
Issue: 29 Apr 2024
Closes: 29 May 2024
2. RFP#: SPRTA1-23-Q-0124; PR: FD2030-24-01229.
3. Service/Spare/Repair/OH: AF SPARES.
4. AMC: 3/D.
5. Nomenclature/Noun: Generator, Alternating Current
6. NSN: 6115-01-234-5860.
7. PN: 31169-010.
8. History: 5 Mar 2018; Safran Power USA, LLC; Cage: 3CPE0
9. Description/Function: DIM: L= 13.3000 in; W= 12.3000 in; H= 15.5000 in; WT= 47.0000 (LB). Material: Magnesium Alloy. Function: Generator.
10. Total Line-Item Quantity: L/I 0001: 7 EA; Minimum 2 and Maximum 11.
11. Application (Aircraft): F-15.
12. Destination: L/I 0001: SW3211.
15. Required Delivery: L/I 0001: Delivery Number 1: 2 EA on 27 MAR 2028. Early delivery is acceptable; 2 EA on 27 APR 2028. Early delivery is acceptable; 2 EA on 27 MAY 2028. Early delivery is acceptable; 1 EA on 27 JUN 2028. Early delivery is acceptable.
17. Qualification Requirements: Do not exist.
18. Export Control Requirements: No.
19. IUID: IUID requirements will apply.
20. Qualified Sources: Safran Power USA, LLC; Cage: 3CPE0.
21. Set-aside: N/A.
22. Mandatory Language:
In accordance with FAR 5.207(c)(16)(ii), all responsible sources may submit a capability statement, proposal, or quotation, which shall be considered by the agency. It is suggested that small business firms or others interested in subcontracting opportunities in connection with the described procurement make contract with the firms(s) listed.
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.
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. The solicitation will be available for download only at www.SAM.gov.
Authority: 10 U.S.C. 2304(c) (1), Justification: supplies (or Services) required are available from only one or a limited number of responsible source(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.
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)-855-3552. DO NOT CALL THIS NUMBER FOR SOLICITATION REQUESTS.
Request for written proposal will be issued. Only written or faxed request received directly from the requestors are acceptable. The anticipated award date will be 60 days after the issuance of this notice.
23. Buyer’s Contact Information: Questions concerning this synopsis or subsequent solicitation can be directed to the buyer, James Maynard, 405-855-3351, james.maynard.6@us.af.mil
- DLR PROCUREMENT OPERATIONS (AO) 3001 STAFF DRIVE
- TINKER AFB , OK 73145-3070
- USA
- James Maynard
- james.maynard.6@us.af.mil
- Phone Number 4058553351
- Apr 11, 2024 03:06 pm 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.