SOLICITATION NOTICE
J -- Repair of KC-135 Electronic Control Unit Assembly (ECUA)
- Notice Date
- 4/17/2020 5:38:08 AM
- Notice Type
- Presolicitation
- NAICS
- 336413
— Other Aircraft Parts and Auxiliary Equipment Manufacturing
- Contracting Office
- FA8117 AFSC PZABA TINKER AFB OK 73145-3303 USA
- ZIP Code
- 73145-3303
- Solicitation Number
- FA811720R0027
- Response Due
- 5/4/2020 12:00:00 PM
- Archive Date
- 05/19/2020
- Point of Contact
- G. Michelle McGinnis, Phone: 4057392128
- E-Mail Address
-
grace.mcginnis.1@us.af.mil
(grace.mcginnis.1@us.af.mil)
- Description
- Preaward Synopsis: Sole Source � Hamilton Sundstrand (CAGE: 0CAM5) Solicitation will be issued on or about: 05 May 2020 and closes 04 June 2020. Solicitation number: FA8117-20-R-0027 Purchase Request number: FD20301902277 Nomenclature/Noun: Repair of KC-135 Electronic Control Unit Assembly (ECUA) Input NSN: 2995-01-374-0001 and 2995-01-512-4702JY / Input PN: 163250-304 or 163250-305 / Output NSN: 2995-01-374-0001 and 2995-01-512-4702JY / Output PN: 163250-304 or 163250-305 Application:� See PWS Description: Delivery Repair Contract: The Contractor shall provide the necessary equipment required to disassemble, analyze, troubleshoot, repair, and test assets, assemblies and/or parts that are maintained or repaired under this contract.� These services also include alignment, adjustment, calibration, testing, movement, storage and reporting status related services to the repair and return of items to the users.� Work performed under this work specification includes all actions necessary to ensure that the repair activity returns the serviceable end item with the same form, fit, function, and testability to the Government, including updating to the latest hardware/software configuration approved and funded by the government.� The extent of repair required to assure a serviceable end item efficiently serves its intended purpose shall be determined by the inspection, test, bench check, and required disassembly.� Repaired items shall pass all OEM specifications, validated by the Special Test Equipment final acceptance test.� Any component parts that do not meet specified inspection requirements, or if there is any doubt as to its serviceability or longevity shall be replaced at the Contractor�s expense.� This includes any part requiring replacement due to catastrophic failure, fatigue failure, or normal deterioration. � Purchase Request (CLIN Structure for Contract) Year NOUN NSN CLIN Qty U/I Base Major Repair 2995-01-374-0001 0001 90 EA Base Repair (Recalibration) 2995-01-374-0001 0002 1 EA Base Minor Repair 2995-01-374-0001 0003 1 EA Base No Fault Found 2995-01-374-0001 0004 1 EA Base Beyond Economic Repair 2995-01-374-0001 0005 1 EA Base Repair 2995-01-512-4702JY 0006 10 EA Base No Fault Found 2995-01-512-4702JY 0007 1 EA Base Beyond Economic Repair 2995-01-512-4702JY 0008 1 EA Base O&A 0009 1 LOT Base O&A Surge Expedite Fee 0010 1 LOT Base Data 0011 1 NSP OYI Major Repair 2995-01-374-0001 1001 90 EA OYI Repair (Recalibration) 2995-01-374-0001 1002 1 EA OYI Minor Repair 2995-01-374-0001 1003 1 EA OYI No Fault Found 2995-01-374-0001 1004 1 EA OYI Beyond Economic Repair 2995-01-374-0001 1005 1 EA OYI Repair 2995-01-512-4702JY 1006 10 EA OYI No Fault Found 2995-01-512-4702JY 1007 1 EA OYI Beyond Economic Repair 2995-01-512-4702JY 1008 1 EA OYI O&A 1009 1 LOT OYI O&A Surge Expedite Fee 1010 1 LOT OYI Data 1011 1 NSP OYII Major Repair 2995-01-374-0001 2001 90 EA OYII Repair (Recalibration) 2995-01-374-0001 2002 1 EA OYII Minor Repair 2995-01-374-0001 2003 1 EA OYII No Fault Found 2995-01-374-0001 2004 1 EA OYII Beyond Economic Repair 2995-01-374-0001 2005 1 EA OYII Repair 2995-01-512-4702JY 2006 10 EA OYII No Fault Found 2995-01-512-4702JY 2007 1 EA OYII Beyond Economic Repair 2995-01-512-4702JY 2008 1 EA OYII O&A 2009 1 LOT OYII O&A Surge Expedite Fee 2010 1 LOT OYII Data 2011 1 NSP OYIII Major Repair 2995-01-374-0001 3001 90 EA OYIII Repair (Recalibration) 2995-01-374-0001 3002 1 EA OYIII Minor Repair 2995-01-374-0001 3003 1 EA OYIII No Fault Found 2995-01-374-0001 3004 1 EA OYIII Beyond Economic Repair 2995-01-374-0001 3005 1 EA OYIII Repair 2995-01-512-4702JY 3006 10 EA OYIII No Fault Found 2995-01-512-4702JY 3007 1 EA OYIII Beyond Economic Repair 2995-01-512-4702JY 3008 1 EA OYIII O&A 3009 1 LOT OYIII O&A Surge Expedite Fee 3010 1 LOT OYIII Data 3011 1 NSP OYIV Major Repair 2995-01-374-0001 4001 90 EA OYIV Repair (Recalibration) 2995-01-374-0001 4002 1 EA OYIV Minor Repair 2995-01-374-0001 4003 1 EA OYIV No Fault Found 2995-01-374-0001 4004 1 EA OYIV Beyond Economic Repair 2995-01-374-0001 4005 1 EA OYIV Repair 2995-01-512-4702JY 4006 10 EA OYIV No Fault Found 2995-01-512-4702JY 4007 1 EA OYIV Beyond Economic Repair 2995-01-512-4702JY 4008 1 EA OYIV O&A 4009 1 LOT OYIV O&A Surge Expedite Fee 4010 1 LOT OYIV Data 4011 1 NSP � Contract Type and Length:� Firm Fixed Price type contract.� Multi-year contract (Base plus Four One-Year Options) for the repair of KC-135 Electronic Control Unit Assembly (ECUA). � IUID Note to Contractor: If unit price exceeds $5,000, then IUID requirements will apply. � Written procedures will be used for this solicitation.� No telephone requests.� Only electronic requests received directly from the requestor are acceptable.� Only the responsible sole source solicited may submit a bid, proposal, or quotation, which shall be considered.� Note: 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 the 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 Ombudsman at (405) 736-3273.� DO NOT CALL THIS NUMBER FOR SOLICATION REQUESTS. � All responsible sources may submit a capability statement, proposal, or quotation, which shall be considered by the agency. � POC: Kristen Carter (405) 734-4633, kristen.carter@us.af.mil � NAICS: 336413
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/8703cc801554430d8a19309ffb055279/view)
- Place of Performance
- Address: Tinker AFB, OK 73145, USA
- Zip Code: 73145
- Country: USA
- Zip Code: 73145
- Record
- SN05624612-F 20200419/200417230144 (samdaily.us)
- Source
-
SAM.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's SAM Daily Index Page |