United States - F110 MDEC Remanufacture

For more information and to make a bid you will need to go to the third party website.

Details

Provided by Open Opps
Opportunity closing date
26 April 2019
Opportunity publication date
12 April 2019
Value of contract
to be confirmed
Your guide to exporting
Report opportunity

Description

Added: Apr 11, 2019 2:38 pm

 

 
Synopsis
 
1. Estimated issue date is 4/11/19 Estimated Close date 4/26/19 3pm CST
 
2. RFP# - FA8122-19-R-0008
 
3. PR# - FD2030-19-32035
 
4. Nomenclature/Noun - F110 MDEC
 
5. NSN - Please Refer to Appendix I
 
6. PN - Please Refer to Appendix I
 
7. Application (Engine or Aircraft) - F110 Engine
 
8. RMC- R5R
 
9. History - Last buy 14 SEP 2014, FA8122-14-G-0001/SPRTA1-18-F-0590
 
10. Description: The United States Government (USG) has a requirement to provide Foreign Military Sales (FMS), F110 International Engine Management Program (IEMP) partner nations with remanufactured Modernized Digital Engine Control (MDEC) units.  Remanufacture support for this effort shall pertain to F110 MDEC national stock number 2995-01-540-4818PR/part-number 2123M24P11.  Assets will either undergo light remanufacture- consisting of remanufacture without replacement of circuit boards; medium remanufacture- consisting of remanufacture with replacement of one circuit board; or heavy remanufacture- consisting of remanufacture with replacement of two circuit boards.
 
Item Description: 18 inches long, 14 inches wide, 7 inches high, weighing 40 lbs., and composed of aluminum alloy. The MDEC is a modular, solid-state electronic device performing scheduling, limiting and signal conditioning operations to provide system control loops, sensor and transducer power, relay power, and cockpit signals.

 Five Year Fixed Price Commercial Requirements Type Contract is contemplated. A one-year basic, with four one-year options. Please refer to Appendix I for CLIN and NSN breakdown.
 

Year

Estimated Dates

Best Estimated Quantity (BEQ)

Basic

18 Aug 19 - 17 Aug 20

10

Option I

18 Aug 20 - 17 Aug 21

15

Option II

18 Aug 21 - 17 Aug 22

20

Option III

18 Aug 22 - 17 Aug 23

25

Option IV

18 Aug 23 - 17 Aug 24

30

Total Contract

18 Aug 19 - 17 Aug 24

100

 
Required Delivery - 3 each every 30 calendar days. Early delivery is acceptable.
 
This acquisition will be competed as other than Full and Open Competition due to only one approved source.
 
11. Mandatory Language: N/A
 
12. Export Control: The Contractor shall comply with all applicable laws and regulations regarding export-controlled items, including, but not limited to, the requirement for contractors to register with the Department of State in accordance with the ITAR. The Contractor shall consult with the Department of State regarding any questions relating to compliance with the ITAR and shall consult with the Department of Commerce regarding any questions relating to compliance with the EAR. The Contractor's responsibility to comply with all applicable laws and regulations regarding export-controlled items exists independent of, and is not established or limited by, the information provided by this clause. Nothing in the terms of this contract adds, changes, supersedes, or waives any of the requirements of applicable Federal laws, Executive orders, and regulations, including but not limited to- 
                    (1)  The Export Administration Act of 1979, as amended (50 U.S.C. App. 2401, et seq.);
                    (2)  The Arms Export Control Act (22 U.S.C. 2751, et seq.);
                    (3)  The International Emergency Economic Powers Act (50 U.S.C. 1701, et seq.);
                    (4)  The Export Administration Regulations (15 CFR Parts 730-774); 
                    (5)  The International Traffic in Arms Regulations (22 CFR Parts 120-130)
                    (6)  Executive Order 13222, as extended. The Contractor shall include the substance of this clause, including this paragraph (e), in all subcontracts. 
 
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.
 
 
13. Buyer:        Brock May                   Contracting Officer:      Chris Matthews
405-739-5462                                                   405-734-4627
brock.may@us.af.mil                                       chris.matthews.22@us.af.mil
 
 
ALL SYNOPSES:
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 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 405-736-3273.  DO NOT CALL THIS NUMBER FOR SOLICITATION REQUESTS.
SOLE SOURCE NOTES:
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.  Interested persons may identify their interest and capability to respond to the requirement or submit proposals.  This notice of intent is not a request for competitive proposals.  However, all proposals received within forty five-days (thirty 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.  Authority is 10 USC 2304 (c) (1). 
 
Appendix I
 

PR Line Item 0001 - Induction/No Fault Found of NSN:  2995-01-540-4818PR
P/N:  Input/Output: 2123M24P03 through P06, 2123M24P08, P10, and P11
Noun:  F110 MDEC

Year

BEQ

 

Basic

10

 

Option I

15

 

Option II

20

 

Option III

25

 

Option IV

30

 

Total

100

 

 

PR Line Item 0002 - Light Remanufacture of NSN:  2995-01-540-4818PR
P/N:  Input: 2123M24P03 through P06, 2123M24P08, P10, and P11 Output: 2123M24P11
Noun:  F110 MDEC

Year

BEQ

 

Basic

TBD

 

Option I

TBD

 

Option II

TBD

 

Option III

TBD

 

Option IV

TBD

 

Total

TBD

 

 

PR Line Item 0003 - Medium Remanufacture of NSN:  2995-01-540-4818PR
P/N:  Input: 2123M24P03 through P06, 2123M24P08, P10, and P11 Output: 2123M24P11
Noun:  F110 MDEC

Year

BEQ

 

Basic

TBD

 

Option I

TBD

 

Option II

TBD

 

Option III

TBD

 

Option IV

TBD

 

Total

TBD

 

 

PR Line Item 0004 - Heavy Remanufacture of NSN:  2995-01-540-4818PR
P/N:  Input: 2123M24P03 through P06, 2123M24P08, P10, and P11 Output: 2123M24P11
Noun:  F110 MDEC

Year

BEQ

 

Basic

TBD

 

Option I

TBD

 

Option II

TBD

 

Option III

TBD

 

Option IV

TBD

 

Total

TBD

 

 
            PR Line Item 0005 is Data Requirements which is not separately priced.

Opportunity closing date
26 April 2019
Value of contract
to be confirmed

About the buyer

Address
Department of the Air Force PK/PZ Tinker AFB United States

The deadline to apply for this opportunity has passed.
Visit the opportunities page to find another.

Is there anything wrong with this page?