Description
The Contractor shall furnish all services, facilities, labor, parts, materials, equipment, tools, and data necessary to accomplish the inspection and Overhaul of the Power Transfer Clutch (APU). This is a Critical Safety Item (CSI) and there is not a Depot Maintenance Work Requirement (DMWR) to support the overhaul. Nomenclature: Power Transfer Clutch (APU) Input NSN: 3010-01-515-8483 – P/N: 3617950-1 Output NSN: 3010-01-515-8483 – P/N: 3617950-1 Estimated Quantity (QTY) 20 Each Minimum – 456 Each Maximum Maximum QTY includes Foreign Military Sales (FMS) QTY of 76 EA. Delivery Schedule: The anticipated delivery schedule is 180 days from receipt of asset. Delivery Location: TBD The Government does NOT own the technical data package (TDP) for this action. The rights to use the data needed to purchase this part from additional source(s) are not owned by the Government and cannot be purchased, developed, or otherwise obtained. The Government has access to the data but does not own the rights to the data. The rights ownership has been verified through the Project Management Office. Reverse engineering is not feasible. Currently the only known approved sources for the Power Transfer Clutch (APU) are as follows: Honeywell Internation Inc., Defense and Space (CAGE Code: 02LU7), 1944 E Sky Harbor Circle, Phoenix, AZ 85034-3442; Honeywell International Inc. (CAGE Code: 99193), 111 S 34th Street, Phoenix, AZ 85034-2802; and The Boeing Company (CAGE Code: 8V613), 5000 E McDowell Road, Mesa, AZ 85215-9707. This acquisition is anticipated to be awarded in accordance with (IAW) Revolutioary Federal Acquisition Regulation Overhaul (RFO) 12, Acquisition of Commercial Products and Commercial Services, utilizing RFO 14, Sealed Bidding, procedures. The resulting contract is anticipated to be a Firm Fixed Price (FFP) Indefinite Delivery Indefinite Quantity (IDIQ) contract with a 60-month period of performance with five priced ordering periods. Offerors are advised: THE GOVERNMENT FULLY INTENDS TO EVALUATE PROPOSALS AND AWARD THE CONTRACT WITHOUT DISCUSSIONS WITH OFFERORS. Therefore, initial proposals should be submitted containing offerors' most favorable terms. The is a presolicitiaton notification, NOT a solicitation. No proposals or bids shall be submitted as a result of this notice. 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 close prior to the closing date stated above. The solicitation will be offered in electronic format only. No hard copies will be provided. The solicitation will be available on the System for Award Management website, https://www.sam.gov/. This will be the only method of amendment distribution; therefore, it is the OFFERORS' RESPONSIBILITY to check the website for postings. Prospective Offerors must be registered in the System for Award Management (SAM) system at http://www.sam.gov/ in order to participate in this procur…
Classification
Place of Performance
Contracting Office
Contacts