Remanufacture of T38 Servovalves NSN(s) / P/N(s): 1650-00-137-3916/ 6U6007-4X 1650-00-137-3919/ 6U6019-2X 1650-00-137-7072/ 6U6019-1X 1650-00-137-7073/ 6U6007-3X 1650-00-960-5707/ 6U6009-1X 1650-00-960-5708/ 6U6009-2X
Agency: | DEPT OF DEFENSE |
---|---|
Level of Government: | Federal |
Category: |
|
Opps ID: | NBD00159174895667389 |
Posted Date: | Jan 6, 2023 |
Due Date: | Feb 21, 2023 |
Solicitation No: | FA811823R0010 |
Source: | https://sam.gov/opp/7d6bb23785... |
Procurement Technical Assistance Centers (PTACs) are an official government contracting resource for small businesses. Find your local PTAC (opens in new window) for free government expertise related to contract opportunities.
- Contract Opportunity Type: Solicitation (Original)
- All Dates/Times are: (UTC-05:00) EASTERN STANDARD TIME, NEW YORK, USA
- Original Published Date: Jan 06, 2023 03:24 pm EST
- Original Date Offers Due: Feb 21, 2023 03:00 pm EST
- Inactive Policy: 15 days after date offers due
- Original Inactive Date: Mar 08, 2023
-
Initiative:
- None
- 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:
Tinker AFB , OK 73145USA
REMANUFACTURE
A 5-YEAR (THREE-YEAR BASIC PERIOD AND 2 ONE-YEAR OPTION PERIODS) FIRM FIXED PRICE REQUIREMENTS
TYPE CONTRACT IS CONTEMPLATED.
IT IS ANTICIPATED THAT PRICING OF THIS ACTION WILL BE BASED ON ADEQUATE PRICE COMPETITION;
THEREFORE, OFFERORS ARE NOT REQUIRED TO SUBMIT CERTIFIED COST OR PRICING DATA AT THE
TIME OF PROPOSAL. HOWEVER, IF AFTER RECEIPT OF PROPOSALS, IT IS DETERMINED THAT ADEQUATE
PRICE COMPETITION DOES NOT EXIST, CERTIFIED COST OR PRICING DATA WILL BE REQUIRED.
(a) A Pre-Award Survey and/or Initial Production Evaluation (IPE) may be required. Details are provided in
Appendix A, paragraphs 1.2 and 1.3 respectively.
(b) The contractor shall furnish all material, plant facilities, labor, parts, equipment, and expertise necessary to
perform the remanufacture required to restore the end item to a like-new condition. The contractor shall also
accomplish ALL necessary packing and preservation and packaging. ALL work shall be completed in accordance
with the requirements specified herein (including attachments hereto) and at the unit price(s) established at the
time of award.
(c) 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 @ 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.
(d) In order to receive any technical data related to this acquisition, offerors must send an email request to
shawn.peterman@us.af.mil Release of any data is subject to applicable data rights. The request shall include
the applicable solicitation number, the specific data needed (including TO(s)), 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.**
In order to receive drawings contractors will need to request all needed drawings through the JEDMICS website:
https://jedmics.af.mil/webjedmics/index.jsp. Contractors who need an account will need to complete the
instructions at the following link: https://jedmics.af.mil/webjedmics/splash/training/NEWCTR2875.pdf
(e) GOVERNMENT PROPERTY FURNISHED FOR REPAIR (FAR 16.503(c))
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.
(f) END ITEMS BEYOND REMANUFACTURE
"Reparable End Items" are defined as end items which can be restored to a serviceable condition, in accordance
with applicable requirements. Some units of items listed in Section B may, upon disassembly and/or inspection, be
determined to be beyond the overhaul 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 these limits, shall be
included in the unit price(s) of the listed item(s).
(g) If the contractor estimates that any item is not reparable (i.e. beyond overhaul), the Contractor shall promptly
notify the administrative contracting officer in writing and shall not perform further overhaul on any such items
except at the direction of the administrative contracting officer (ACO). Upon written confirmation from the ACO
that a particular item is not reparable, the contractor shall dispose of the unit in the manner directed by the ACO.
Contractors are cautioned that until a contract is executed, any effort performed in support of the anticipated
effort is performed strictly at their own risk and expense. There is no authorization to begin performance until the
contractor has received a duly authorized contract signed by the Contracting Officer. Also, this request for proposal
is not to be construed to mean that the award of a contract is assured, as the availability of funds, timely
submission of all requested documents, and acceptance by both parties are prerequisite to any contract award.
(h) Condemned units shall not be counted as production.
(i) In the event there are component part(s) with long lead times, the awardee is responsible for securing
necessary parts to meet the Government’s required delivery schedule.
(j) In the event that DFARS clause 252.217-7001, Surge Option, is invoked, quantities and prices will be negotiated
at that time. The fill-in data in Clause 252.217-7001 will be TBD until a surge is known and negotiations are
necessary.
(k) Item Unique Identification (IUID) marking is required in accordance with DFARS 252.211-7003. Contractor
determined location and method of marking is acceptable.
(l) Dates listed in clauses 252.216-7006, 52.216-19 and 52.216-21 are based on the estimated award date. These
dates will be revised prior to award based on the actual award date.
(m) Some units of items listed in Section B may, upon disassembly and/or inspection, be determined to be
beyond the remanufacture 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 these limits, shall be included
in the unit price(s) of the listed item(s).
- CP 405 739 2048 3001 STAFF DR STE 1AC4 99A
- TINKER AFB , OK 73145-3303
- USA
- Shawn Peterman
- Shawn.Peterman@us.af.mil
- Phone Number 4057394466
- JOHN FREEMAN
- john.freeman.16@us.af.mil
- Phone Number 4057397770
- Jan 06, 2023 03:24 pm ESTSolicitation (Original)
- Sep 21, 2021 11:56 pm EDT Sources Sought (Inactive)
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.