Oklahoma Bids > Bid Detail

Remanufacture of B-1 electro-mechanical actuator

Agency:
Level of Government: Federal
Category:
  • 16 - Aircraft Components and Accessories
  • 30 - Mechanical Power Transmission Equipment
Opps ID: NBD00159613271723409
Posted Date: Dec 18, 2023
Due Date:
Source: https://sam.gov/opp/723a37fa99...
Remanufacture of B-1 electro-mechanical actuator
Active
Contract Opportunity
PRFD20302300017
Related Notice
Contract Line Item Number
Department/Ind. Agency
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 (Updated)
  • All Dates/Times are: (UTC-06:00) CENTRAL STANDARD TIME, CHICAGO, USA
  • Updated Published Date: Dec 18, 2023 06:35 am CST
  • Original Published Date:
  • Requirements Strategy:
  • Inactive Policy: 15 days after response date
  • Updated Inactive Date: Jan 11, 2024
  • Original Inactive Date:
  • Authority:
  • Fair Opportunity / Limited Sources Justification Authority:
  • Initiative:
    • None
Classification
  • Original Set Aside:
  • Product Service Code:
  • NAICS Code:
    • 336412 - Aircraft Engine and Engine Parts Manufacturing
  • Place of Performance:
    Tinker AFB , OK 73145
    USA
Description

The United States Air Force through Air Force Sustainment Center (AFSC), Tinker AFB 73145 is contemplating the remanufacture of the electro-mechanical actuator. A firm fixed price Requirements type contract is contemplated.



The Contractor shall furnish all material, support equipment, tools, test equipment, and services. Government Furnished Equipment (GFE) will not be provided. The work encompasses the disassembly, cleaning, inspection, maintenance, re-assembly, testing, and finishing actions required to return the end item to a like new condition.



The requirements set forth in this notice are defined per Purchase Request FD 20302300017 as follows:



Written response is required.



Item 0001: Remanufacture of B-1 electro-mechanical actuator, 3 Year Basic [Best estimated quantity (BEQ) of 11ea per year with a total of 33ea for 3 years] plus one 2-Year Option [Best estimated quantity (BEQ) of 11ea per year with a total of 22ea for 2 years]; NSN: 1680-01-180-9628 RK P/N R15033-3.



Item 0002: Over and Above – To Be Negotiated (TBN)



Item 0003: Data - Not Separately Priced – (NSP)



Function: Actuator used to position the flight crew ejection seat in the aircraft.



Dimensions: 6.5” h x 9.3” w x 12.5” l and weighs 8.5 lbs. Material: Aluminum alloy.



Delivery: Deliver 10ea every 60 days ARO. Early delivery is acceptable.



Ship To: DLA DISTRIBUTION DEPOT OKLAHOMA



3301 F AVE CEN REC BLDG 506 DR 22



TINKER AFB, OK



73145-8000



USA



Mark For: Account 09



SHIP TO (REMARKS): SW3211



Duration of Contract Period: 3-Year Basic with One - 2-Year Option



Qualification Requirements: QUALIFICATION REQUIREMENTS APPLY. For qualification information/source approval requests contact the Source Development Office, OC-ALC/SB (405) 739-7243. Award will be based on meeting our requirements and cannot be delayed pending qualification of additional sources. Part requires engineering source approval by the design control activity 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.



Export Control: N/A



Set-aside: Small Business



NAICS: 336412



PSC/FSC: 1680



The Government intends to issue solicitation on or about 28 December 2023 with a closing response date on or about 30 January 2024 and estimated award date of on or about 19 February 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.



Government is not responsible for misdirected or untimely requests.



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.


Contact Information
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 >