Search Contract Opportunities

Repair of F108 Compressor Inlet Temperature (CIT) Sensor   4

ID: FA8122-21-R-0002 • Type: Solicitation • Match:  95%
Opportunity Assistant

Hello! Please let me know your questions about this opportunity. I will answer based on the available opportunity documents.

Please sign-in to link federal registration and award history to assistant. Sign in to upload a capability statement or catalogue for your company

Some suggestions:
Please summarize the work to be completed under this opportunity
Draft a response outline indicating that my company is also capable of performing this sole source work
Do the documents mention an incumbent contractor?
Does this contract have any security clearance requirements?
I'd like to anonymously submit a question to the procurement officer(s)
Loading

Description

This requirement is for the Repair of the F108 Compressor Inlet Temperature (CIT) Sensor

The Government plans to award a Firm Fixed Price (FFP) Requirements type repair services contract, consisting of a 1-year basic ordering period and four 1-year ordering period options for a total contract ordering period of 5-years (60 months).

The proposed contract is anticipated to be a SOLE SOURCE AWARD, in accordance with (IAW) FAR 6.302-1(a)(2) - Only One Responsible Source.

Award will be made only if the offeror meets the qualification requirements at the time of award IAW FAR clause 52.209-1 and 6.302-5(b)(5). As stated in para 3. above, the Contract award is anticipated to be a sole-source award to the qualified contractor, Woodward, Inc. (CAGE: 66503) Award will not be delayed to allow another offeror completion of qualification requirements/process. However, interested entities may identify their interest and capability to respond to the requirement or submit their proposal awaiting approval of their source approval request (SAR) package. Offeror shall complete the Pricing Matrix (Attachment 1). Offeror must ensure all required proposed pricing is provided, ensuring all ordering periods are priced. These consist of a 1-year basic ordering period and four 1-year ordering period option for the repair effort (CLINs 0001-4001) and test and inspection (0004-4004). Any omission of required pricing may result in an unfavorable proposal evaluation. An incomplete Pricing Matrix (Attachment 1) will be considered unreasonable.

In Accordance With (IAW) FAR 16.503(c) GOVERNMENT PROPERTY FURNISHED FOR REPAIR - When a requirements contract is used to acquire work on existing items of Government property, the Contracting Officer shall specify in the schedule that failure of the Government to furnish such items in the amounts or quantities described in the Schedule as "estimated" or "maximum" will not entitle the contractor to any equitable adjustment in price under the Government Property clause of the contract. No Government Furnished Material (GFM) shall be provided. The Contractor shall furnish and deliver to the Government the services and supplies necessary to perform the following IAW the Terms and Conditions contained in this contract.

Upon receipt of an order, the Contractor shall furnish all plant, labor, equipment and technical expertise to perform repair services desribed herein. In addition, the Contractor shall furnish those materials and parts contemplated in any attachments as may be further defined herein. All such items as may be set forth on order issued by the Government hereunder shall be repaired, modified, tested and prepared for storage and shipped to the Government as a completely serviceable item. Some of the units listed below, upon disassembly and/or inspection, can be determined to be beyond repairable limits specified in the work specifications and/or technical orders. Any cost for work performed by the Contractor, prior to determination that such equipment is beyond repairable limits shall be included in the price of the listed item. Condemnations shall be replaced and will not be counted as production. Accelerated delivery is desirable and acceptable.

All questions and inquiries related to this solicitation must be submitted in writing to the person(s) listed in the contact information of this posting.

Proposals are due NLT 6 April 2021 at 3:00PM CST to the person(s) listed in the contact information of this posting.

Overview

Response Deadline
April 6, 2021, 4:00 p.m. EDT Past Due
Posted
March 5, 2021, 9:21 a.m. EST (updated: March 22, 2021, 10:22 a.m. EDT)
Set Aside
None
Place of Performance
Tinker AFB, OK 73145 United States
Source

Current SBA Size Standard
1500 Employees
Pricing
Fixed Price
Est. Level of Competition
Sole Source
On 3/5/21 Air Force Sustainment Center issued Solicitation FA8122-21-R-0002 for Repair of F108 Compressor Inlet Temperature (CIT) Sensor due 4/6/21. The opportunity was issued full & open with NAICS 336412 and PSC J028.
Primary Contact
Name
Ryan McCabe - Contract Specialist   Profile
Phone
(405) 739-5490

Documents

Posted documents for Solicitation FA8122-21-R-0002

Question & Answer

The AI Q&A Assistant has moved to the bottom right of the page

Opportunity Lifecycle

Procurement notices related to Solicitation FA8122-21-R-0002

Award Notifications

Agency published notification of awards for Solicitation FA8122-21-R-0002

IDV Awards

Indefinite delivery vehicles awarded through Solicitation FA8122-21-R-0002

Incumbent or Similar Awards

Potential Bidders and Partners

Awardees that have won contracts similar to Solicitation FA8122-21-R-0002

Similar Active Opportunities

Open contract opportunities similar to Solicitation FA8122-21-R-0002

Additional Details

Source Agency Hierarchy
DEPT OF DEFENSE > DEPT OF THE AIR FORCE > AFMC > AIR FORCE SUSTAINMENT CENTER > FA8122 AFSC PZAAB
FPDS Organization Code
5700-FA8122
Source Organization Code
500020986
Last Updated
April 21, 2021
Last Updated By
ryan.mccabe.2@us.af.mil
Archive Date
April 21, 2021