Oklahoma Bids > Bid Detail

B-2 Electrical Control Panel Spares

Agency:
Level of Government: Federal
Category:
  • 59 - Electrical and Electronic Equipment Components
Opps ID: NBD00159890686308203
Posted Date: Mar 5, 2024
Due Date: Mar 20, 2024
Source: https://sam.gov/opp/69a4321f72...
Follow
B-2 Electrical Control Panel Spares
Active
Contract Opportunity
Notice ID
FA811922Q0003
Related Notice
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
FA8119 AFSC PZABC
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: Combined Synopsis/Solicitation (Original)
  • All Dates/Times are: (UTC-06:00) CENTRAL STANDARD TIME, CHICAGO, USA
  • Original Published Date: Mar 05, 2024 01:08 pm CST
  • Original Date Offers Due: Mar 20, 2024 03:00 pm CDT
  • Inactive Policy: Manual
  • Original Inactive Date: Jul 31, 2024
  • Initiative:
    • None
Classification
  • Original Set Aside:
  • Product Service Code: 5998 - ELECTRICAL AND ELECTRONIC ASSEMBLIES, BOARDS, CARDS, AND ASSOCIATED HARDWARE
  • NAICS Code:
    • 336413 - Other Aircraft Parts and Auxiliary Equipment Manufacturing
  • Place of Performance:
    Oklahoma City , OK 73145
    USA
Description

The United States Air Force through Air Force Sustainment Center (AFSC), Tinker AFB 73145 is contemplating the New Manufacture of the Relay Electrical Component/Panel for the B-2. This notice is in accordance with FAR 5.101(a)(2). A firm fixed price; fixed quantity type contract is contemplated.



The requirements set forth in this notice are defined per Purchase Request FD20302201270-03.



Solicitation previously provided in 2022, however, the synopsis was not posted to SAM. This posting meets the intent of FAR Part 5.



Written response is required.



Item 0001: Relay Electrical Component/Panel; NSN: 5998-01-435-8101FW P/N: DAA3233A155-143; Applicable to B-2 aircraft for a fixed quantity of 3 each.



Function: Relay Electrical Component/Panel



Dimensions: 12.00” L x 10.00” W x 5.00” H and weighs 4.0 lbs.



Material: Electrical Components



Delivery: Deliver 1ea per 200 days ARO rep until production is complete. Early delivery is acceptable.



Ship To: Shipping to: SW3211



(a) Item Unique Identification (IUID) marking is required in accordance with DFARS 252.211-7003. Contractor determined location and method of marking is acceptable.



(b) Use of surplus is not authorized.



(c) Award cannot be made to offshore vendor without prior approval IAW SAMM, Chapter C7, Para C7.19.1.



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:



Northrop Grumman Systems Corporation CAGE CODE: 78JW8 LARGE BUSINESS



The government owns no technical data rights and would need to contact Northrup Grumman.



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.**



Export Control: N/A



AMSC 3P - The rights to use the data needed to purchase this part from additional source(s) are not owned by the Government and cannot be purchased, developed, or otherwise obtained. It is uneconomical to reverse engineer this part. This code is used in situations where the Government has the data but does not own the rights to the data.



Set-aside: N/A



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.



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.



Point of Contact: Gregory Benjamin II; Phone: 405-739-5510; Email: Gregory.Benjaminn.3@us.af.mil or Jeffery Atterbury, Phone: 405-734-4565; Email: Jeffrey.Atterbury@us.af.mil






Attachments/Links
Contact Information
Contracting Office Address
  • CP 405 734 4610 3001 STAFF DR STE 1AD2 99A
  • TINKER AFB , OK 73145-3015
  • USA
Primary Point of Contact
Secondary Point of Contact
History
  • Mar 05, 2024 01:08 pm CSTCombined Synopsis/Solicitation (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.

Start Free Trial Today >