Skip to main content

An official website of the United States government

You have 2 new alerts

F110 Fuel Nozzle Modification & Overhaul

info alert

Note: There have been new actions to this contract opportunity. To view the most recent action, please click here.

Looking for contract opportunity help?

APEX Accelerators are an official government contracting resource for small businesses. Find your local APEX Accelerator (opens in new window) for free government expertise related to contract opportunities.

APEX Accelerators are funded in part through a cooperative agreement with the Department of Defense.

The APEX Accelerators program was formerly known as the Procurement Technical Assistance Program (opens in new window) (PTAP).

General Information

  • Contract Opportunity Type: Solicitation (Updated)
  • Updated Published Date: Jan 04, 2022 02:04 pm CST
  • Original Published Date: Nov 01, 2021 09:41 am CDT
  • Updated Date Offers Due: Jan 19, 2021 03:00 pm CST
  • Original Date Offers Due: Dec 01, 2021 03:00 pm CST
  • Inactive Policy: 15 days after date offers due
  • Updated Inactive Date: Feb 03, 2021
  • Original Inactive Date: Dec 16, 2021
  • Initiative:
    • None

Classification

  • Original Set Aside:
  • Product Service Code: J028 - MAINT/REPAIR/REBUILD OF EQUIPMENT- ENGINES, TURBINES, AND COMPONENTS
  • NAICS Code:
    • 336412 - Aircraft Engine and Engine Parts Manufacturing
  • Place of Performance:
    Tinker AFB , OK 73145
    USA

Description

This requirement is for the Modifcation and Overhaul of the F110 Fuel Nozzles for Multiple FMS IEMP Partners Nations. The Government plans to award a Firm Fixed Price (FFP) Requirements type repair services contract, consisting of a 1-year basic ordering period, four 1-year ordering period options, and a 6-month extension for a total contract ordering period of 5-years, 6 months (66 months).

The proposed contract is anticipated to be a SOLE SOURCE AWARD, in accordance with (IAW) FAR 6.302-4(a)(4) - International Agreement. 10 U.S.C.2304(c)(4)

Award will be made only if the offeror meets the qualification requirements at the time of award IAW FAR clause 52.209-1. (See Attachment 7, "RQR). As stated in para 2. above, the Contract award is anticipated to be a sole-source award to the qualified contractor, Parker Hannifin Corporation (CAGE: 59211) 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, four 1-year ordering period options, and 6-month extension for the overhaul and modification effort (CLINs 0001-5001, 0002-5002). Any omission of required pricing may result in an unfavorable proposal evaluation. 6-month extension shall be priced with the same unit prices established and agreed upon for Option Period 4. An incomplete Pricing Matrix (Attachment 1) will be considered unreasonable. 

Ordering and Requirements Clauses with missing information will be completed upon award.

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.

Delivery is to be determined and will be specified with each individual order.

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.

Contact Information

Contracting Office Address

  • CP 405 739 4437 3001 STAFF DR STE 1AG1 98C
  • TINKER AFB , OK 73145-3303
  • USA

Primary Point of Contact

Secondary Point of Contact





History