A-10 SPEEDBRAKE 1560015914396FJ, 1560015923322FJ (30 DAY SOLICITATION)
POST AWARD SYNOPSIS: (1) Action Code. CONTRACT AWARD FA821222C0251 (2) Date. 30 JUNE (3) Year. 2022 (4) Contracting Office ZIP Code. 84056 (5) Product or Service Code. 1560 (6) Contracting Office Addr... POST AWARD SYNOPSIS: (1) Action Code. CONTRACT AWARD FA821222C0251 (2) Date. 30 JUNE (3) Year. 2022 (4) Contracting Office ZIP Code. 84056 (5) Product or Service Code. 1560 (6) Contracting Office Address. HAFB BILD 1215 (7) Subject. POST AWARD SYNOPSIS (8) Proposed Solicitation Number. FA821222R0251 (9) Closing Response Date. 20 APRIL 2022 (10) Contact Point or Contracting Officer.RICHARD.MAYNARD.5@US.AF.MIL (11) Contract Award and Solicitation Number. FA821222C0251, FA821222R0251 (12) Contract Award Dollar Amount. $692,181 (13) Line Item Number. 0001, 0001AC, 00002, 0002AC (14) Contract Award Date. 30 JUNE 2022 (15) Contractor. MEREX (WILLIAMS) (16) Description. A-10 SPEED BRAKE RH, LH. (17) Place of Contract Performance. 93012-8013 CALIFORNIA (18) Set-aside Status. N/A National Stock Number (NSN) if assigned. Line Item: Line Item: 0001, INFORMATION CLIN Line Item: 0001AA, 2 EACH, FA TEST REPORTS Line Item: 0001AB FA CLIN, 1 EA, SPEEDBRAKE, 1560015914396FJ Line Item: 0001AC, PRODUCTION CLIN, 2 EA, SPEEDBRAKE, 1560015914396FJ Line Item: 0002, INFORMATION CLIN Line Item: 0002AA FA CLIN, 1 EA, SPEEDBRAKE, 1560015923322FJ Line Item: 0002AB, PRODUCTION CLIN, 1 EA, SPEEDBRAKE, 1560015923322FJ (2) Specification and whether an offeror, its product, or service must meet a qualification requirement in order to be eligible for award, and identification of the office from which additional information about the qualification requirement may be obtained (see subpart 9.2). CONTRACTORS REQUIRED TO BE PREQUALIFIED TO PARTICIPATE (3) Manufacturer, including part number, drawing number, etc. CAGE 98747, 1560015914396FJ, 1560015923322FJ (4) Size, dimensions, or other form, fit or functional description. SEE BIDSET BETASAM (5) Predominant material of manufacture. ALUMINUM HONEYCOMB CORE (6) Quantity, including any options for additional quantities. 3, 2 (7) Unit of issue. EACH (8) Destination information. ORIGIN (9) Delivery schedule. 407, 427 ARO CONTRACT (10) Duration of the contract period. 427 DAYS ARO CONTRACT (11) Sustainable acquisition requirements (or a description of high-performance sustainable building practices required, if for design, construction, renovation, repair, or deconstruction) (see parts 23 or 36). NA (12) For a proposed contract action in an amount estimated to be greater than $25,000 but not greater than the simplified acquisition threshold, enter- NA (i) A description of the procedures to be used in awarding the contract (e.g., request for oral or written quotation or solicitation); ALL INFORMATION SENT AND STORED IN BETASAM PRE AWARD SYNOPSIS A-10 SPEEDBRAKE 1560015914396FJ, 1560015923322FJ qualification Requirements: See FAR Part 52.209-1 Qualification Requirements. The requirements of FAR 9.202(a) apply. Sources must be qualified prior to being considered for award. Interested vendors that have not been previously approved for this acquisition must submit a Source Approval Request (SAR) package to the Source Development Small Business Office. 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. Approved/Potential Sources: ____NORTHROP, NORDAM, KAMAN, BOEING, MEREX_______________________ All responsible sources may submit a bid, proposal, or quotation which shall be considered by the agency. (FAR 5.207(c)(16)(i)) Any capability statement will need to demonstrate to the government engineer how the source can manufacture/supply Inner Duct Panel/Frame. A-10 Aircraft while maintaining the quality of the part that meets or exceeds the government requirements. See attached Qualification Requirements Award will be made only if the offeror, the product/service, or the manufacturer meets qualification requirements at the time of award in accordance with FAR clause 52.209-1. The solicitation identifies the office where additional information can be obtained concerning qualification requirements are cited in each individual solicitation. Foreign Participation is NOT Permitted at the Prime Contractor Level. Duration of Contract Period: 1007 DAYS ARO FA APROVAL/ARO CONTRACT Anticipated award date: 26 MAY 2022 Respondents are to specify whether they are large business, small business, small disadvantaged business, 8(a) concern, women-owned SB, Hubzone SB, Veteran-owned SB, or Service-disabled veteran- owned SB, and whether U.S. or foreign-owned firm. (AFMC MP5305.207(c)(91)) PaymenT terms are Net 30 days after government acceptance in Wide Area Workflow (WAWF). All payments are to be paid via the Internet through the Wide Area Workflow (WAWF) system. WAWF may be accessed at https://wawf.eb.mil. WAWF training may be accessed online at http://wawftraining.com. Payment information may be accessed using the DFAS website at https://www.dfas.mil. The purchase order/contract number or invoice will be required to inquire status of payment. Electronic procedures will be used for the solicitation. All current and/or future information about this acquisition, i.e. solicitation, attachments, Amendments, Questions and Answers (Q&A's), etc., will be distributed through FBO, therefore, interested parties are responsible for monitoring this site to ensure they have the most-up-to-date information about this acquisition. All correspondence sent via e-mail shall contain a subject line that reads the synopsis/solicitation number and title of requirement. Note that e-mail filters at Hill AFB are designed to filter e-mails without subject lines or with suspicious subject lines or contents (i.e., .exe or .zip files). Therefore, if this information is not included in the subject line, the e-mail may not get through the e-mail filters. Also, be advised that .zip or .exe files are not allowable attachments and may be deleted by the e-mail filters at Hill AFB. If sending attachments with e-mail, ensure only .PDF, .doc, .docx, or .xls documents are sent. The e-mail filter may delete any other form of attachments. All offerors wishing to be considered must be currently registered with System for Award Management (SAM) at www.sam.gov. List of applicable Line Item Numbers (LINs): **Numbering of LINs is not SPECIFIC but for INFORMATIONAL PURPOSES ONLY** Line Item: 0001, INFORMATION CLIN Line Item: 0001AA, 2 EACH, FA TEST REPORTS Line Item: 0001AB FA CLIN, 1 EA, SPEEDBRAKE, 1560015914396FJ Line Item: 0001AC, PRODUCTION CLIN, 2 EA, SPEEDBRAKE, 1560015914396FJ Line Item: 0002, INFORMATION CLIN Line Item: 0002AA FA CLIN, 1 EA, SPEEDBRAKE, 1560015923322FJ Line Item: 0002AB, PRODUCTION CLIN, 1 EA, SPEEDBRAKE, 1560015923322FJ
Data sourced from SAM.gov.
View Official Posting »