SOLICITATION NOTICE
16 -- Teardown, Test, and Evaluate, and Overhaul/Repair of B-2 Electro Mechanical Actuators NSNs: 1680-01-371-5845FW and 1680-01-352-4073FW, P/Ns: 2R9-201C / 2R9-200A - Synopsis
- Notice Date
- 10/5/2018
- Notice Type
- Presolicitation
- NAICS
- 336413
— Other Aircraft Parts and Auxiliary Equipment Manufacturing
- Contracting Office
- Department of the Air Force, Air Force Materiel Command, PK/PZ Tinker AFB, 3001 Staff Drive, Ste 1AG76A, Tinker AFB, Oklahoma, 73145-3015, United States
- ZIP Code
- 73145-3015
- Solicitation Number
- FA811819R0003
- Archive Date
- 11/3/2018
- Point of Contact
- Rachel Silva, Phone: 4057394466
- E-Mail Address
-
rachel.silva.1@us.af.mil
(rachel.silva.1@us.af.mil)
- Small Business Set-Aside
- N/A
- Description
- Synopsis FD2030-18-01135 All questions regarding this notice and requirement are to be submitted in writing via E-mail to the point(s) of contact specified herein. 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. 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. Offerors must specify whether they are a U.S. or foreign-owned firm. The United States Air Force through Air Force Sustainment Center (AFSC), Tinker AFB 73145 is contemplating to procure TEARDOWN, TEST, & EVALUATION (TT&E), OVERHAUL, AND/OR REPAIR OF THE B-2 ELECTRO MECHANICAL ACTUATORS, NSNs: 1680-01-371-5845FW and 1680-01-352-4073FW. The contractor shall provide all labor, facilities, equipment and all material to accomplish the overhaul. The work encompasses the functional test, disassembly, cleaning, inspection, maintenance, re-assembly, testing, and finishing actions required to return the end item to a serviceable condition, in accordance with the solicitation requirements and all attachments. The requirements set forth in this notice are defined per Purchase Request FD2030-18-01135. Solicitation number: FA8118-19-R-0003 Estimated issue date: 19 October 2018 Estimated closing date: 19 November 2018 Estimated award date: 31 January 2019 Nomenclature/Noun: Electro Mechanical Actuators NSN: 1680-01-371-5845FW and 1680-01-352-4073FW RMC / RMSC: R 4 / R Qualification Requirements: Qualification requirements do apply. Approved Source(s): MPC Products Corporation (CAGE 19710) Manufacturer / PN: 2R9-201C / 2R9-200A Function: Antenna Drive Actuator is an electro-mech rotary actuator which provides controlled torque to operate the retractable antenna drive / Raises and lowers crew entry ladder Material: Made of aluminum alloy, steel, and electrical components items / Electro-servo motor within an aluminum housing History: No Procurement History NAICS: 336413 Item, Quantity, Delivery: L/I 0001: Teardown, Test, and Evaluation of B-2 Electro Mechanical Actuator, NSN: 1680-01-371-5845FW, PN: 2R9-201C Quantity: 5 EA Delivery: 5 EA every 60 days ARO/REPS. Early delivery is acceptable. L/I 0002: Overhaul of B-2 Electro Mechanical Actuator, NSN: 1680-01-371-5845FW, PN: 2R9-201C Quantity: 5 EA Delivery: 1 EA every 60 days ARO/REPS. Early delivery is acceptable. L/I 0003: Major Repair of B-2 Electro Mechanical Actuator, NSN: 1680-01-371-5845FW, PN: 2R9-201C Quantity: 1 EA Delivery: 1 EA every 60 days ARO/REPS. Early delivery is acceptable. L/I 0004: Minor Repair of B-2 Electro Mechanical Actuator, NSN: 1680-01-371-5845FW, PN: 2R9-201C Quantity: 1 EA Delivery: 1 EA every 30 days ARO/REPS. Early delivery is acceptable. L/I 0005: Teardown, Test, and Evaluation of B-2 Electro Mechanical Actuator, NSN: 1680-01-352-4073FW, PN: 2R9-200A Quantity: 6 EA Delivery: 6 EA every 90 days ARO/REPS. Early delivery is acceptable. L/I 0006: Overhaul of B-2 Electro Mechanical Actuator, NSN: 1680-01-352-4073FW, PN: 2R9-200A Quantity: 6 EA Delivery: 1 EA every 60 days ARO/REPS. Early delivery is acceptable. L/I 0007: Major Repair of B-2 Electro Mechanical Actuator, NSN: 1680-01-352-4073FW, PN: 2R9-200A Quantity: 1 EA Delivery: 1 EA every 60 days ARO/REPS. Early delivery is acceptable. L/I 0008: Minor Repair of B-2 Electro Mechanical Actuator, NSN: 1680-01-352-4073FW, PN: 2R9-200A Quantity: 1 EA Delivery: 1 EA every 30 days ARO/REPS. Early delivery is acceptable. L/I 0009: Data and Reports; 1 LT; NSP L/I 0010: Over and Above; 1 LT; TBN Destination: To Be Determined Ship to: Shipping instructions will be provided by the Production Management Specialist (PMS) prior to any shipments of serviceable assets. Duration of Contract Period: A Firm Fixed Price, Fixed-Quantity contract is contemplated. Set-aside: N/A UID: If unit price of item (not repair cost) exceeds $5,000, then UID requirements will apply. Please see DFARS 252.211-7003 for further requirements for UID marking. Export Control: Offerors are REQUIRED to be "EXPORT CONTROL CERTIFIED" in order to receive and view the drawings and/or technical orders for this solicitation. If your company intends to become Export Control Certified, you may visit https://public.logisticsinformationservice.dla.mil/jcp/search.aspx for registration. Contractors receiving technical data shall be in compliance with DoDI 5230.24. The only contractors who may participate are those that are certified and registered with the Defense Logistics Information Service (DLIS) (1-800-352-3572) and have a legitimate business purpose. In order to receive any technical data related to this acquisition, offerors must be registered with Federal Business Opportunities (FedBizOpps) www.FBO.Gov. Requests for data are to be submitted to ocalc.lgldo.public@us.af.mil for Drawings and directly to the PCO and/or buyer for Technical Orders (TOs). The request shall be on company letterhead and include the applicable solicitation number and the specific data needed (e.g. TO number, drawing number). The request must be accompanied by a copy of the current and approved DD Form 2345. The form, including instructions for completing the form is available on the DLIS website at: https://public.logisticsinformationservice.dla.mil/jcp/search.aspx. The Government is not responsible for misdirected or untimely requests. Electronic procedures will be used for this solicitation. Based upon market research, the Government is not 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. 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.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/OCALCCC/FA811819R0003/listing.html)
- Place of Performance
- Address: Tinker AFB, Oklahoma, 73145, United States
- Zip Code: 73145
- Zip Code: 73145
- Record
- SN05117439-W 20181007/181005230507-bac870645940c234b6710490a2df939f (fbodaily.com)
- Source
-
FedBizOpps Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |