Remanufacture of B1B Spoiler Servo-cylinders
Agency: | DEPT OF DEFENSE |
---|---|
Level of Government: | Federal |
Category: |
|
Opps ID: | NBD00159613105949523 |
Posted Date: | Apr 12, 2023 |
Due Date: | Apr 26, 2023 |
Solicitation No: | FD20302101527 |
Source: | https://sam.gov/opp/685853f58f... |
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: Presolicitation (Original)
- All Dates/Times are: (UTC-05:00) CENTRAL STANDARD TIME, CHICAGO, USA
- Original Published Date: Apr 12, 2023 09:18 am CDT
- Original Response Date: Apr 26, 2023 03:00 pm CDT
- Inactive Policy: 15 days after response date
- Original Inactive Date:
-
Initiative:
- None
- Original Set Aside: Total Small Business Set-Aside (FAR 19.5)
- 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
The United States Air Force through Air Force Sustainment Center (AFSC), Tinker AFB 73145 is contemplating the Remanufacture of B1B Spoiler Servo-cylinders. 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 Indefinite Delivery Requirements type contract is contemplated with a five-year basic ordering period.
The requirements set forth in this notice are defined per Purchase Request FD203021011527-01 as follows:
Written response is required.
Item 0001: Heat Exchanger, Air, Five-year Basic Ordering Period; NSN: 1650-01-184-8758 P/N L5872400-021; Applicable to B-1B aircraft with a minimum order of 8 ea, and a maximum order of 250 ea.
Item 0002: Heat Exchanger, Air, Five-year Basic Ordering Period; NSN: 1650-01-183-5137 P/N L5872400-022; Applicable to B-1B aircraft with a minimum order of 8 ea, and a maximum order of 250 ea.
Item 0003: Heat Exchanger, Air, Five-year Basic Ordering Period; NSN: 1650-01-183-5252 P/N L5872600-021; Applicable to B-1B aircraft with a minimum order of 6 ea, and a maximum order of 250 ea.
Item 0004: Heat Exchanger, Air, Five-year Basic Ordering Period; NSN: 1650-01-192-0675 P/N L5872600-022; Applicable to B-1B aircraft with a minimum order of 5 ea, and a maximum order of 250 ea.
Item 0005: Over and Above. To be negotiated.
Item 0006: Data (Not Separately Priced)
NSN: 1650-01-184-8758:
Function: Provides movement to spoiler surfaces
Dimensions: 12.0” L x 7.0” W x 7.0” H and weighs 13.11 lbs. Material: steel, aluminum, teflon, rubber, electrical wiring
Delivery: 9 each, every 45 calendar days ARO Funded Order or Repairable Assets, whichever is later.
Ship To: TBD
NSN: 1650-01-183-5137:
Function: Controls movement of spoiler panels
Dimensions: 12.0” L x 7.0” W x 7.0” H and weighs 13.11 lbs. Material: steel, aluminum, teflon, rubber, electrical wiring
Delivery: 8 each, every 45 calendar days ARO Funded Order or Repairable Assets, whichever is later.
Ship To: TBD
NSN: 1650-01-183-5252:
Function: Provides movement to spoiler surfaces
Dimensions: 10.82” L x 7.0” W x 7.0” H and weighs 13.51 lbs. Material: aluminum, steel, rubber, teflon electrical wiring
Delivery: 7 each, every 45 calendar days ARO Funded Order or Repairable Assets, whichever is later.
Ship To: TBD
NSN: 1650-01-192-0675:
Function: Provides movement to spoiler surfaces
Dimensions: 10.82” L x 7.0” W x 7.0” H and weighs 13.51 lbs. Material: aluminum, steel, rubber, teflon electrical wiring
Delivery: 8 each, every 45 calendar days ARO Funded Order or Repairable Assets, whichever is later.
Ship To: TBD
Duration of Contract Period: 5 Year IDIQ Contract (Basic 5-year ordering period)
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 Shawn Peterman via email at shawn.peterman@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 competitive requirement to approved Small Businesses.
The RMC is R1/C.
Set-aside: 100% Small Business Set-aside
The Government intends to issue solicitation FA8118-23-R-0005 on or about 26 April 2023 with a closing response date of 10 June 2023 and estimated award date of on or about 30 July 2023. 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
Noun
Remanufacture
Test
Configuration
L5872400-XXX
Servocylinder Assy, Spoiler Panel 1 & 2
TO 9H2-4-272-3
15 Sep 2022
ATP L5872400 (43999)
Rev. E
L5872400 (43999)
Rev. E
L5872600-XXX
Servocylinder Assy, Spoiler Panel 3 & 4
TO 9H2-4-258-2
1 Oct 2022
ATP L5872600 (43999)
Rev. F
L5872600 (43999)
Rev. F
L5872440-001, 002, 011, 012
Servovalve Assembly
TO 9H8-30-181-3
15 Nov 2019
TO 9H8-30-181-3
15 Nov 2019
TO 9H8-30-181-3
15 Nov 2019
51150
Relief Valve
TO 9P5-2-86-3
1 Dec 2014
TO 9P5-2-86-3
1 Dec 2014
TO 9P5-2-86-3
1 Dec 2014
58830-1
Relief Valve
TO 9P5-2-81-3
15 April 2012
TO 9P5-2-81-3
15 April 2012
TO 9P5-2-81-3
15 April 2012
L5875442-021, 031
Directional Control Valve
L5875442, rev. C
L5875442, rev. C
L5875442, rev. C
General Technical Orders
TO NUMBER
DATE
TITLE
00-5-1
30 AUG 2022
AF TECHNICAL ORDER SYSTEM
00-5-3
1 AUG 2022
AF TECHNICAL ORDER LIFE CYCLE MANAGEMENT
00-35D-54
15 AUG 2022
USAF DEFICIENCY REPORTING, INVESTIGATION AND RESOL
OTHER PUBLICATIONS FOR INFORMATION PURPOSES ONLY
NOTE: These publications are for information purposes only.
Air Force Manuals
DOCUMENT NUMBER
DATE
TITLE
AFI 23-101
22 OCT 2020
AIR FORCE MATERIAL MANAGEMENT
AFMAN 23-122
27 OCT 2020
MATERIEL MANAGEMENT PROCE
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 REQUIR
CONTRACTOR DOCUMENTS
PART NUMBER DRAWING NUMBER TITLE AND DATE
N/A N/A N/A
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.
- 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
- Apr 12, 2023 09:18 am CDTPresolicitation (Original)
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.