Reman F-15 Pressure Transmitter
Agency: | |
---|---|
Level of Government: | Federal |
Category: |
|
Opps ID: | NBD00159870753813836 |
Posted Date: | Feb 29, 2024 |
Due Date: | Mar 15, 2024 |
Source: | https://sam.gov/opp/77bdcfdaef... |
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).
- Contract Opportunity Type: Presolicitation (Original)
- All Dates/Times are: (UTC-05:00) EASTERN STANDARD TIME, NEW YORK, USA
- Original Published Date: Feb 29, 2024 03:07 pm EST
- Original Response Date: Mar 15, 2024 02:00 pm EDT
- Inactive Policy: 15 days after response date
- Original Inactive Date: Mar 30, 2024
-
Initiative:
- None
- Original Set Aside:
- Product Service Code: 1680 - MISCELLANEOUS AIRCRAFT ACCESSORIES AND COMPONENTS
-
NAICS Code:
- 336413 - Other Aircraft Parts and Auxiliary Equipment Manufacturing
-
Place of Performance:
Tinker AFB , OKUSA
The United States Air Force through Air Force Sustainment Center (AFSC), Tinker AFB 73145 is contemplating the Remanufacture of F-15 Pressure Transmitter. 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 three-year basic and one two-year option.
The requirements set forth in this notice are defined per Purchase Request FD2030-22-001477 as follows:
Written response is required.
Item 0001: PRESSURE TRANSMITTER, three-year basic and one two-year options; NSN: 6685-01-433-3057; P/N 18-1880; Applicable to F-15 aircraft for a best estimated quantity (BEQ) of 3 Year Basic– 390 each/year and Option Year I – 260 each/year
Item 0002: Over and Above. To be negotiated.
Item 0004: Data (Not Separately Priced)
NSN: 6685014333057HS -
Function: The Pressure Transmitter provides continuous analog data to the flight deck/cockpit relative to the hydraulic pressure. Dimensions: 2.5000” h x 2.5000” w x 6.0000” l and weighs 2.00 lbs. Material: Steel.
Delivery: 1 unit(s) 21ea per month ARO/REPS. Early delivery is acceptable.
Ship To: SW3211
DLA DISTRIBUTION DEPOT OKLAHOMA
3301 F AVE CEN REC BLDG 506 DR 22
TINKER AFB OK 73145-8000
Duration of Contract Period: 5 Year Requirements Contract (Three-Year Basic with One – 2 Year Option)
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.
Current Approve Source(s) include: This is a sole source requirement to approved Large Business:
HONEYWELL INTERNATIONAL INC CAGE CODE: 96774
In order to receive any technical data related to this acquisition, offerors must send an email request to katherine.galgano@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 to approved Large Business.
The RMC is R3/D.
Set-aside: N/A.
The Government intends to issue a solicitation on or about 1 April 2024 with a closing response date of 10 May 2024 and estimated award date of on or about 31 May 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
N/A
General Technical Orders
TO NUMBER DATE TITLE
00-5-1 25 JAN 2021 AF TECHNICAL ORDER SYSTEM
00-5-3 11 AUG 2021 AF TECHNICAL ORDER LIFE CYCLE MANAGEMENT
00-35D-54 15 APR 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 REPORTING OF SUPPLY DISCREPANCIES
DoD/Air Force Forms
FORM NUMBER TITLE
SF 364 REPORT OF DISCREPANCY
SF 368 QUALITY DEFICIENCY REPORT
DD250 MATERIAL INSPECTION AND RECEIVEING REPORT
DD1348-1A ISSUE RELEASE/RECEIPT DOCUMENT
DD1574 SERVICEABLE TAG – MATERIEL
DD1574-1 SERVICEABLE LABEL – MATERIEL
DD1577-2 UNSERVICEABLE (REPAIRABLE) TAG – MATERIEL
DD1577-3 UNSERVICEABLE (REPAIRABLE) LABEL – MATERIEL
DD1577 UNSERVICEABLE (CONDEMNED) TAG – MATERIEL
DD1577-1 UNSERVICEABLE (CONDEMNED) LABEL – MATERIEL
DD1575 SUSPENDED TAG – MATERIEL
DD1575-1 SUSPENDED LABEL – MATERIEL
DD1694 REQUEST FOR VARIANCE (RFV)
AFMC FORM 158 PACKAGING REQUIREMENTS
CONTRACTOR DOCUMENTS
PART NUMBER DRAWING NUMBER TITLE AND DATE
18-1880 18-1880 Honeywell Procedure
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
- Capt. Katie Galgano
- katherine.galgano@us.af.mil
- Morgan Mcgarity
- morgan.mcgarity@us.af.mil
- Feb 29, 2024 03:07 pm ESTPresolicitation (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.