Federal Contract Opportunity

Last Updated on 29 Apr 2024 at 8 PM
Solicitation
Tinker air force base Oklahoma

CONTROL, ALARM

Details

Solicitation ID SPRTA1-24-R-0127
Posted Date 29 Apr 2024 at 8 PM
Response Date 29 May 2024 at 4 PM
NAICS Category
Product Service Code
Set Aside No Set-Aside Used
Contracting Office Dla Aviation At Oklahoma City, Ok
Agency Department Of Defense
Location Tinker air force base Oklahoma United states 73145

Possible Bidders

Supplycore Incorporated

Rockford Santa fe springs North kansas city Atlanta

Lockheed Martin Corporation

Saint paul Eatontown Oldsmar Manchester Camden Kekaha Johnson city Hudson Santa margarit Harlingen Moorestown Honolulu Las vegas Boulder Littleton Santa maria Grand prairie Ocala Greenbelt Bellevue Aurora Chambersburg Tinton falls Goleta Kailua Norfolk San antonio Glenside Clarksburg Rcho sta marg Lanham Arlington Troy Killeen Owego Aberdeen proving ground Fort bliss Sunnyvale Gulfport Alpharetta Seabrook Archbald Nashua Gilbert Atlanta Herndon Hoffman estates Baltimore Pomona Centreville Ontario North las vegas Manassas Horsham Liverpool Syracuse Malvern Orlando Chantilly Cherry hill Oak ridge New orleans Riviera beach Cape canaveral Americus Hoffman estate Sarasota Fort worth Colorado sprin Lexington Springfield Ventura Goodyear King of prussia Akron Houston Utica Bethesda Chelmsford Pinellas park Palo alto Burlington Irvine White sands missile range Great neck Merrimack Washington Courtland Bay saint louis Milpitas Johnstown Hightstown San jose Uniondale Titusville Gaithersburg Huntsville Palmdale Santa clara Falls church Yonkers Chesapeake Rockville Warner robins Hurlburt field Eagan Hanover Virginia beach New york Santa cruz San diego Austin Niagara falls Colorado springs Reston King of prussi Marietta Newtown Syosset Fairfax Burbank Mount laurel Buellton Papillion

Sikorsky Aircraft Corporation

Rochester Shelton Jacksonville West haven Stratford Bridgeport Jupiter Fort worth

Abbott Laboratories Incorporated

Abbott park Stone mountain North chicago Vernon hills Chicago Dallas Columbus

Sign up to access Documents

Signup now

Synopsis

PR: FD2030-24-01101

1.  Estimated issue date and estimated closing/response date: 

Issue:     April 29, 2024

Closes: May 29, 2024

2.  RFP#: SPRTA1-24-R-0127

3.  Service/Spare/Repair/OH: Spares

4.  AMC: 3/D

5.  Nomenclature/Noun: CONTROL, ALARM

6.  NSN: 6340-01-708-4202

7.  PN: 8-490-12

8.  History: No Previous History

9.  Description/Function: Provides status of landing gear. Material: Metal case housing electronic components. End item is the B-2 aircraft. Length 36.50”, Width 26.50”, Height 9.50”, Weight 90.30 ounces.

10.  Total Line-Item Quantity: L/I 0001 -8 Each (Range: 2-12)

                                                         

11.   Application (Engine or Aircraft): B-2

12.   Destination: L/I 0001 Ship to SW3211

                            

13.   Required Delivery: L/I 0001 Ship to SW3211 on or before 8 December 2026

14.   Qualification Requirements: Do not exist.

15.   Export Control Requirements: No

16.  UID: UID is required.

17.  Qualified Sources: Eldec Aerospace Corporation (CAGE 08748)

18.  Set-aside:  This acquisition will not be set aside.

19. 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 firms(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).

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 within15 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 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) 855-3556. DO NOT CALL THIS NUMBER FOR SOLICITATION REQUESTS.

Request for written quotation will be issued.  Only written or faxed request received directly from the requestors are acceptable. The anticipated award date will be 90 days after the issuance of this notice.

20.   Buyer name and email address: Questions concerning this synopsis or subsequent solicitation can be directed to the buyer Michael Hannan, [email protected].

Similar Opportunities

Location Unknown 28 May 2024 at 4 AM
Location Unknown 28 May 2024 at 4 AM
Location Unknown 22 May 2024 at 4 AM
Boston Massachusetts 03 Jun 2024 at 9 PM
Location Unknown 20 May 2024 at 4 AM

Similar Awards

Location Unknown 04 Jun 2013 at 7 PM
Location Unknown 18 May 2011 at 5 PM
Richmond Virginia Not Specified
Location Unknown 03 Jun 2016 at 1 AM
Location Unknown 08 Feb 2011 at 6 PM