Inactive
Notice ID:w58rgz19r0040
ALL FORMAL COMMUNICATION RELATED TO THIS ACQUISITION MUST BE DIRECTED TO Nelminia R. Serrano, Contract Specialist, CCAM-ALA, via email: nelminia.r.serrano.civ@mail.mil. No telephone requests will be a...
ALL FORMAL COMMUNICATION RELATED TO THIS ACQUISITION MUST BE DIRECTED TO Nelminia R. Serrano, Contract Specialist, CCAM-ALA, via email: nelminia.r.serrano.civ@mail.mil. No telephone requests will be accepted. This contract action is for a four- year Indefinite Delivery Indefinite Quantity (IDIQ) contract for Maintenance and Overhaul of the following item: NOMENCLATURE: AFT ROTOR HEAD OUTPUT NSN: 1615-01-391-4399 OUTPUT P/N: 145R2004-20 INPUT NSN INPUT P/N 1615-01-115-3607 145R2004-2 1615-01-184-3874 145R2004-8 1615-01-199-1814 145R2004-6 1615-01-298-0763 145R2004-12 1615-01-312-6833 145R2004-10 1615-01-315-3972 145R2004-18 ESTIMATED QUANTITY RANGE: Four- Year Indefinite Delivery Indefinite Quantity (IDIQ) Firm Fixed-Price. Minimum 5 each - Maximum 248 each (Maximum includes a Foreign Military Sales (FMS) Quantity of 50 each/ US 198 each) The applicable North American Industry Classification System (NAICS) code is 336413 and the size standard is 1250 employees. The AFT Rotor Head, is a Critical Safety Item (CSI). Product Verification Audit (PVA) is required. The contractor shall furnish all depot level labor, facilities, tools, test equipment, materials for the Maintenance and Overhaul of the AFT Rotor Head. These items are non -commercial; FAR Part 12 will not be used. Depot Maintenance Work Requirement (DMWR) 55-1615-296, Revision date: 12/09/2013, is adequate to support the overhaul/upgrade of the FWD Rotor Head. However, because this item is a critical Safety item (CSI) overhaul/ upgrade can only perform by an approved source. Currently there are three known approved sources were identified than can perform the Critical Safety item action. Pursuant to the provision of Public Law No. 108-136, National Defense Authorization Act Fiscal Year 204, Section 802, Quality Control Procurement of Aviation Critical Safety Items are Related Services, as implemented by Department of Defense Acquisition Regulation Supplement 209-270, contracts modification, repair or overhaul of CSI items can only be awarded to a source approved by head of the design control activity, AED. The approved sources are: The Boeing Company CAGE Code 77272, Compass Aerospace Northwest Inc., CAGE 3DM10 and Columbia Helicopters, CAGE 7W206. All interested sources must meet pre-qualification requirements in order to be eligible for award. To obtain approval, vendors must submit Source Approval Request (SAR) package, for review and approval to the Engineering Directorate (ED) Quality Engineering Division. Source approval must be obtained prior to being considered for contract award. Firms are encouraged to seek approval in order to compete for future solicitations by following the SAR submission guidance provided on the website: http://amcomdmz.redstone.army.mil/casl_cmo/casldba.casl_cmo_samsar. Questions concerning SAR submissions can be directed to the ED SAR Team at EDSAR@amrdec.army.mil or call the SAR Team at 256-313-8978, 256-313-0341or 256-313-8994. The closing date annotated is an estimate date and may be adjusted dependent upon the date of release of the solicitation; however, the solicitation will not be opened prior to the closing date stated above. All submissions must include full company names, Point of Contact (POC) to include position, office and mobile phone numbers and email address. No telephone requests for solicitation will be accepted. Request for solicitation will be by mailed or emailed. You may mail your request to Nelminia R. Serrano, CCAM-ALL, Bldg 5303, 2nd Floor, Redstone Arsenal, AL 35898-5000; email: nelminia.r.serrano.civ@mail.mil . Proposals will only be accepted by mail or courier. No data fax or emails will be accepted for proposals. This requirement is currently unfunded. Award will be withheld pending receipt of sufficient funds. Foreign firms are reminded that all requests for solicitation must be processed through their respective embassies. All responsible sources may submit a proposal which shall be considered by the Agency.