Oklahoma Bids > Bid Detail

Remanufacture of the B-2 Flight Control Actuators

Agency:
Level of Government: Federal
Category:
  • 16 - Aircraft Components and Accessories
Opps ID: NBD00159065627715079
Posted Date: Jan 20, 2024
Due Date: Feb 5, 2024
Source: https://sam.gov/opp/674f50a919...
Follow
Remanufacture of the B-2 Flight Control Actuators
Active
Contract Opportunity
Notice ID
FD20302201497
Related Notice
FD20302201497
Department/Ind. Agency
DEPT OF DEFENSE
Sub-tier
DEPT OF THE AIR FORCE
Major Command
AIR FORCE MATERIEL COMMAND
Sub Command
AIR FORCE SUSTAINMENT CENTER
Office
FA8118 AFSC PZABB
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: Presolicitation (Original)
  • All Dates/Times are: (UTC-05:00) EASTERN STANDARD TIME, NEW YORK, USA
  • Original Published Date: Jan 19, 2024 10:38 am EST
  • Original Response Date: Feb 05, 2024 03:30 pm EST
  • Inactive Policy: 15 days after response date
  • Original Inactive Date: Feb 20, 2024
  • Initiative:
Classification
  • Original Set Aside:
  • Product Service Code: 1650 - AIRCRAFT HYDRAULIC, VACUUM, AND DE-ICING SYSTEM COMPONENTS
  • NAICS Code:
    • 336413 - Other Aircraft Parts and Auxiliary Equipment Manufacturing
  • Place of Performance:
    Oklahoma City , OK
    USA
Description

The United States Air Force through Air Force Sustainment Center (AFSC), Tinker AFB 73145 is contemplating the Remanufacture of the B-2 Flight Control Actuators. The contractor shall provide all labor, facilities, equipment and all material to accomplish remanufacture. The work encompasses the disassembly cleaning, inspection, maintenance re-assembly, testing, and finishing actions required to return the item to a like-new condition in accordance with the solicitation requirements and all attachments. A firm fixed price Requirements type contract is contemplated with a five-year contract (3-year basic and two 1-year options).



The requirements set forth in this notice are defined per Purchase Request FD2030-22-01497 as follows:



Written response is required.



Item 0001: Remanufacture of B-2 Flight Control Actuators; NSN: 1650-01-376-1088FW, P/N: B43871-1; BEQ of 4 ea/yr.



Item 0002: Remanufacture of B-2 Flight Control Actuators; NSN: 1650-01-381-3209FW, P/N: B43872-1; BEQ of 13 ea/yr.



Item 0003: Remanufacture of B-2 Flight Control Actuators; NSN: 1650-01-376-1089FW, P/N: B43873-1; BEQ of 6 ea/yr.



Item 0004: Remanufacture of B-2 Flight Control Actuators; NSN: 1650-01-376-1091FW, P/N: B43877-1; BEQ of 6 ea/yr.



Item 0005: Remanufacture of B-2 Flight Control Actuators; NSN: 1650-01-420-5488FW, P/N: B43874-2; BEQ of 2 ea/yr.



Item 0006: Remanufacture of B-2 Flight Control Actuators; NSN: 1650-01-376-1090FW, P/N: B43718-1; BEQ of 8 ea/yr.



Item 0007: Remanufacture of B-2 Flight Control Actuators; NSN: 1650-01-378-1942FW, P/N: B43876-1; BEQ of 8 ea/yr.



Item 0008: Over and Above. To be negotiated.



Item 0009: Data (Not Separately Priced)



Function: The B2 FCA controls the critical position of a specific flight control surface in response to commands received from the actuator remote terminal.



Ship To: TBD



Duration of Contract Period: 5 Year Requirements Contract (3-year basic, two 1-year options)



Qualification Requirements: QUALIFICATION REQUIREMENTS APPLY. Interested vendors that have not been previously qualified for this acquisition must submit a Source Approval Request (SAR) package to the Source Development, Small Business Office at 405-739-7243. As prescribed in FAR 9.202(e), the contracting officer need not delay a proposed award in order to provide a potential offeror with an opportunity to demonstrate its ability to meet the standards specified for qualification.



Part requires engineering source approval by the design control activity in order to maintain the quality of the part. Existing unique design capability, engineering skills, and manufacturing knowledge by the qualified source(s) require acquisition of the part from approve sources.



In order to receive any technical data related to this acquisition, offerors must send an email request to the Public Sales Office (AFLCMC.LZP.PubSales@us.af.mil). Release of any data is subject to applicable data rights. The request shall be on company letterhead and include the applicable solicitation number, the specific data needed (including TO and/or drawing numbers), and a copy of the current, approved DD Form 2345. The form, including instructions for completing the form, is available at: http://www.dtic.mil/whs/directives/infomgt/forms/forminfo/forminfopage2220.html.



The Government is not responsible for incomplete, misdirected, or untimely requests.**



Some units of items listed in Section B may, upon disassembly and/or inspection, be determined to be beyond repairable limits specified in the Work Specification 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 unit price(s) of the listed item(s). Condemned units will not be counted as production.



Export Control: N/A



This is a sole source requirement.



The RMC is R1/C.



Set-aside: N/A



The Government intends to issue solicitation FA8118-24-R-0012 on or about 19 Feb 2024 with a closing response date of 18 Apr 2024 and estimated award date of on or about 2 Oct 2024. This notice does not in itself represent the issuance of a formal request for proposal and is not intended to be taken as such.



Based upon market research, the Government will not be using policies contained in Part 12, Acquisition of Commercial Items, in its solicitation for the described supplies or services. However, interested parties may identify to the contracting officer their interest and capability to satisfy the Government's requirement with a commercial item within 15 days of this notice.



All questions regarding this notice are to be submitted in writing via E-mail. All questions submitted to this office are subject to be posted in this notice along with the appropriate response(s). Vendor identities will not be disclosed. Prospective offerors must comply with all the requirements of the solicitation and any attachments thereto to be considered responsive. All offerors are to specify in their response whether they are a large business, small business, small-disadvantaged business, 8(a) concern, women-owned small business, HUBZone small business, veteran-owned small business or service-disabled veteran-owned small business. Also, offerors must specify whether they are a U.S. or foreign-owned firm.



APPLICABLE TECHNICAL ORDERS



Specific Technical Orders



PART NUMBER



REMANUFACTURE MANUAL/TO NUMBER



TITLE/REVISION AND/OR OTHER DIRECTIVES (AFTO FORM 252)



B43871-1



9H2-4-312-3



Remanufacture Instructions with IPB – Depot Maintenance, Revision in force at time of contract signing



B43872-1



9H2-4-313-3



Remanufacture Instructions with IPB – Depot Maintenance, Revision in force at time of contract signing



B43873-1



9H2-4-314-3



Remanufacture Instructions with IPB – Depot Maintenance, Revision in force at time of contract signing



B43877-1



9H2-4-314-3



Remanufacture Instructions with IPB – Depot Maintenance, Revision in force at time of contract signing



B43874-2



9H2-4-315-3



Remanufacture Instructions with IPB – Depot Maintenance, Revision in force at time of contract signing



B43718-1



9H2-4-316-3



Remanufacture Instructions with IPB – Depot Maintenance, Revision in force at time of contract signing



B43876-1



9H2-4-317-3



Remanufacture Instructions with IPB – Depot Maintenance, Revision in force at time of contract signing



General Technical Orders



TO NUMBER



DATE



TITLE



00-5-1



25 January 2021



AF TECHNICAL ORDER SYSTEM



00-5-3



11 August 2021



AF TECHNICAL ORDER LIFE CYCLE MANAGEMENT



00-35D-54



15 April 2021



USAF DEFICIENCY REPORTING, INVESTIGATION AND RESOLUTION



OTHER PUBLICATIONS FOR INFORMATION PURPOSES ONLY



NOTE: These publications are for information purposes only.



Air Force Manuals



DOCUMENT NUMBER



DATE



TITLE



AFI 23-101



21 OCT 2020



AIR FORCE MATERIAL MANAGEMENT



AFMAN 23-122



26 OCT 2020



MATERIEL MANAGEMENT PROCEDURES



DoD/Air Force Forms



FORM NUMBER



TITLE



SF 364



REPORT OF DISCREPANCY



SF 368



PRODUCT QUALITY DEFICIENCY REPORT



DD250



MATERIAL INSPECTION AND RECEIVING REPORT



DD1348-1A



ISSUE RELEASE/RECEIPT DOCUMENT



DD1574 DD1574-1



SERVICEABLE TAG – MATERIEL SERVICEABLE LABEL – MATERIEL



DD1577-2 DD1577-3



UNSERVICEABLE (REPAIRABLE) TAG – MATERIEL UNSERVICEABLE (REPAIRABLE) LABEL – MATERIEL



DD1577 DD1577-1



UNSERVICEABLE (CONDEMNED) TAG – MATERIEL UNSERVICEABLE (CONDEMNED) LABEL – MATERIEL



DD1575 DD1575-1



SUSPENDED TAG – MATERIEL SUSPENDED LABEL – MATERIEL



DD1694



AFMC FORM 158



REQUEST FOR VARIANCE (RFV) PACKAGING REQUIREMENTS



OMBUDSMAN (AUG 2005) (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.



Electronic procedures will be used for this solicitation. No telephone requests. Only written or emailed requests received directly from the requestor are acceptable.


Attachments/Links
Contact Information
Contracting Office Address
  • CP 405 739 2048 3001 STAFF DR STE 1AC4 99A
  • TINKER AFB , OK 73145-3303
  • USA
Primary Point of Contact
Secondary Point of Contact
History

TRY FOR FREE

Not a USAOPPS Member Yet?

Get unlimited access to thousands of active local, state and federal government bids and awards in All 50 States.

Start Free Trial Today >