Fuel Flow Transmitter SPRTA121Q0106 NSN 6620-00-557-0259
This requirement is not expected to exceed the Simplified Acquisition Threshold. The solicitation will be available for review on the Beta Sam website (www.beta.sam.gov). Potential offerors are encour... This requirement is not expected to exceed the Simplified Acquisition Threshold. The solicitation will be available for review on the Beta Sam website (www.beta.sam.gov). Potential offerors are encouraged to submit offers via email to the address listed on the solicitation. Therefore IAW with FAR part 5.202(a)(13), exception: (i) Is for an amount not expected to exceed the simplified acquisition threshold (ii) Will be made through a means that provides access to the notice of proposed contract action through the GPE. (iii) Permits the public to respond to the solicitation electronically. Electronic commerce is defined at 41 USC sec. 426 as electronic techniques for accomplishing business transactions, including electronic mail. Thus, provided the complete solicitation package is available through the GPE and offerors are permitted to respond electronically (i.e., email in this case), the proposed contract action would not need to be synopsized. Therefore, synopsis is hereby waived as this acquisition is not expected to exceed the simplified acquisition threshold, request for proposal will be made through Beta SAM, and the offerors will be able to respond electronically. The solicitation number for this requirement is: SPRTA1-21-Q-0106. Synopsis is hereby waived. 1. Estimated Solicitation issue date is 22 Jan 21 with an estimated closing/response date of 22 Mar 2021. 2. Request for Proposal #: SPRTA1-21-Q-0106 3. Purchase Request: FD2030-20-33658, foreign Military Sales / MIPR Number N0038320MP07012 4. Nomenclature/Noun: Fuel Flow Transmitter 5. NSN: 6620-00-557-0259 6. Part Number 8TJ50GAB, 8TJ50GAS4, and 8TJ50GAS4 7. Application (Engine or Aircraft): C-130T 8. Acquisition Method Code (AMC): 1/C; Suitable for competitive acquisition for the second or subsequent time. Full and Open Competitive Acquisition for the Second or Subsequent Time. This 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 the approved source(s). The approved source(s) retain data rights, manufacturing knowledge, or technical data that are not economically available to the Government, and the data or knowledge is essential to maintaining the quality of the part. An alternate source must qualify in accordance with the design control activity's procedures, as approved by the cognizant Government engineering activity. The qualification procedures must be approved by the Government engineering activity having jurisdiction over the part in the intended application. 9. Description/Function: Item description and function: 14.00 inches long X 8.00 inches wide X 8.00 inches high, weighing 12.00 lbs., composed of screws, bolts, washers, motor, and synchro. The transmitter measures rate of fuel flow to the engine and transmits to fuel flow indicator. Applicable to the C-130 airframe. 10. Sources: Export Controlled Certification 11. First Article: N/A 12. Surplus: New/Unused Government and Commercial Surplus Allowed required part number and manufacturer verification, prior Government ownership (for Government surplus), and 100 end item inspection. 13. Export Control: Yes. you are REQUIRED to be "EXPORT CONTROLLED" certified in order to receive and view the Technical Data Package / drawings for this solicitation. If your company intends to become Export Control Certified, a web site for registration exists: https://www.dla.mil/HQ/LogisticsOperations/Services/JCP/. 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. Access to the Technical Data Package for this acquisition is restricted to potential offerors who have met the requirements to view/receive Export Controlled data. 14. Award of a New Manufacture Fixed-Quantity, Firm Fixed-Price contract is contemplated. The current overall possible quantity for this acquisition is1 ea The final buy quantity will be re- evaluated and determined upon receipt of quote(s) and the closing date of the Solicitation. Surplus is authorized for this procurement. Required Delivery Schedule: 90 days after receipt of order. Destination: Foreign Military Sales 15. Mandatory Language: Written procedures will be used for this solicitation. Electronic submission of completed/signed proposals via scanned PDF through e-mail to the contracting officer is authorized. DLA OMBUDSMAN (a) An ombudsman has been appointed to hear and facilitate the resolution of concerns from offerors, potential offerors, and others for this acquisition. When requested, the ombudsman will maintain strict confidentiality as to the source of the concern. The existence of the ombudsman does not affect the authority of the program manager, contracting officer, or source selection official. Further, the ombudsman does not participate in the evaluation of proposals, the source selection process, or the adjudication of protests or formal contract disputes. The ombudsman may refer the party to another official who can resolve the concern. (b) Before consulting with an ombudsman, interested parties must first address their concerns, issues, disagreements, and/or recommendations to the contracting officer for resolution. Consulting an ombudsman does not alter or postpone the timelines for any other processes (e.g., agency level bid protests, GAO bid protests, requests for debriefings, employee-employer actions, contests of OMB Circular A-76 competition performance decisions). (c) The Competition Advocate (CA) at each contracting activity/office (as defined in DLAD 2.101) shall act as the ombudsman and attempt to resolve contractor complaints. DLA AVIATION AT OKLAHOMA CITY CA/Ombudsman can be reached at (405) 855-3556. DO NOT CALL THIS NUMBER FOR SOLICITATION REQUESTS. Complaints which cannot be resolved shall be forwarded to the HQ through J-72 for resolution by the DLA competition advocate. Each activity is responsible for developing procedures for executing the duties and responsibilities. (d) The ombudsman has no authority to render a decision that binds the agency. (e) Do not contact the ombudsman to request copies of the solicitation, verify offer due date, or clarify technical requirements. Such inquiries shall be directed to the Contracting Office. 16. UID marking requirements IAW DFARS clause 252.211-7003 apply to this acquisition. 17. The solicitation will be available for download on the release date from www.beta.sam.gov. No telephone requests. Questions concerning this synopsis or subsequent solicitation can be directed to Tracy Clendennen at \the email address, tracy.clendennen@us.af.mil.
Data sourced from SAM.gov.
View Official Posting »