MODIFICATION
29 -- Remanufacture of A-10 Aircraft Regulator, Fuel Press, NSN: 2915-01-003-5583RK.
- Notice Date
- 11/10/2020 12:48:38 PM
- Notice Type
- Solicitation
- NAICS
- 336413
— Other Aircraft Parts and Auxiliary Equipment Manufacturing
- Contracting Office
- FA8118 AFSC PZABB TINKER AFB OK 73145-3303 USA
- ZIP Code
- 73145-3303
- Solicitation Number
- FA811821R0004
- Response Due
- 12/11/2020 1:00:00 PM
- Archive Date
- 12/26/2020
- Point of Contact
- Jason Henderson, Phone: 405-734-8092, Welth Cooper, Phone: 405-739-5510
- E-Mail Address
-
JASON.HENDERSON.12@US.AF.MIL, WELTH.COOPER@US.AF.MIL
(JASON.HENDERSON.12@US.AF.MIL, WELTH.COOPER@US.AF.MIL)
- Small Business Set-Aside
- SBA Total Small Business Set-Aside (FAR 19.5)
- Description
- The United States Air Force through Air Force Sustainment Center (AFSC), Tinker AFB, Oklahoma 73145, is contemplating a contract for the Remanufacture of the A-10 Aircraft Regulator, Fuel Press.� The contractor shall provide all labor, facilities, equipment and all material to accomplish upgrade and 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 Requirements type contract is contemplated with a one-year basic and four one-year options.� The Government intends to issue solicitation FA8118-21-R-0004 on or about 11 November 2020 with a closing response date of 11 December 2020 and estimated award date of on or about 10 January 2021.� 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.� The requirements set forth in this notice are defined per Purchase Request FD2030-20-00301 as follows: Written response is required. The RMC is R1/C.� Duration of Contract Period: 5 Year Requirements Contract (Basic Year with Four One-Year Options) Item 0001: Remanufacture of A-10 Regulator, Fuel Press, NSN: 2915-01-003-5583RK P/N: 60251-1; Applicable to A-10 aircraft for a Best Estimated Quantity (BEQ) of Base Year � 5 each/year, Option Year I � 5 each/year, Option Year II � 5 each/year, Option Year III � 5 each/year and Option Year IV � 5 each/year. Delivery:� 1 each every 30 days after receipt of order (ARO) and reparable units, until production is complete.� Early delivery is acceptable. Ship To:� Shipping instructions will be provided by the Production Management Specialist (PMS) prior to any shipments of serviceable assets. Function: Regulates air pressure within the aircraft external fuel tank. Dimensions:� 3.06� l x 3.00� w x 3.85� h and weighs 0.9 lbs.� Material:� Aluminum alloy Item 0002: Over and Above (To Be Negotiated) Item 0003: Data (Not Separately Priced) 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. IAW FAR 5.207(c)(16)(i), all responsible sources may submit a bid, proposal, or quotation which shall be considered by the agency.� 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. Small Business Set Aside 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. This is a competitive requirement to approved Small Businesses. Set-aside: Set-Aside to approved Small Businesses Export Control:� N/A UID Note to Contractor:� If unit price of item (not repair cost) exceeds $5,000, then UID requirements will apply.� Please see DFARS 252.211-7003 and DFARS 211.274-2 for further requirements for UID marking. APPLICABLE TECHNICAL ORDERS Specific Technical Orders PART NUMBER REMANUFACTURE MANUAL/TO NUMBER TITLE/REVISION AND/OR OTHER DIRECTIVES (AFTO FORM 252) 60251-1 6J11-32-3 Technical Manual General Technical Orders TO NUMBER DATE TITLE 00-5-1 14 JUNE 2016 AF TECHNICAL ORDER SYSTEM 00-5-3 1 APRIL 2016 AF TECHNICAL ORDER LIFE CYCLE MANAGEMENT 00-35D-54 1 SEPT 2015 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 12 DEC 2016 AIR FORCE MATERIAL MANAGEMENT DLM 4000.25 Vol 2 Ch. 17 6 AUG 2001 REPORTING OF THE SUPPLY DISCREPANCIES DoD/Air Force Forms FORM NUMBER TITLE SF 364 REPORT OF DISCREPANCY SF 368 QUALITY DEFICIENCY REPORT DD1574 DD1574-1 SERVICEABLE TAG � MATERIEL SERVICEABLE LABEL � MATERIEL DD1577-2 DD1577-3 UNSERVICEABLE (REPAIRABLE) TAG � MATERIEL UNSERVICEABLE (REPAIRABLE) LABEL � MATERIEL DD1577 DD1577-1 UNSERVICEABLE (CONDEMNED) TAG � MATERIEL UNSERVICEABLE (CONDEMNED) LABEL � MATERIEL DD1575 DD1575-1 SUSPENDED TAG � MATERIEL SUSPENDED LABEL � MATERIEL AFMC FORM 158 PACKAGING REQUIREMENTS CONTRACTOR DOCUMENTS PART NUMBER DRAWING NUMBER TITLE AND DATE N/A N/A N/A GOVERNMENT PROPERTY The Contractor shall furnish all material, support equipment, tools, test equipment, and services.� Government Furnished Equipment (GFE) will not be provided. DISPOSITION OF GOVERNMENT PROPERTY These instructions apply to all Government owned property.� Within ninety (90) business days prior to contract expiration, the Contractor shall submit a letter to the managing ALC requesting disposition instructions in the transfer of Government furnished property (GFP).� A list identifying GFP shall include the NSN, part number/CAGE, noun, quantity, condition code, and dollar value shall be submitted through the ACO to the PMS for disposition instructions. If a follow-on contract is being awarded or is in the negotiation or solicitation stage, the existing GFP may be retained to the extent required to support the current contract and/or follow-on contract. The Contractor shall comply with preservation, packaging, and packing instructions as specified in the basic contract and/or on the AFMC Form 158, Packaging Requirements. OTHER The Contractor shall not obtain GFP through the utilization of requisition codes assigned exclusively to this contract for any other contracts. The Contractor shall not transfer GFP charged to this contract to any other contract, Contractor, or activity without the advance approval of the PMS through the PCO. The Government reserves the right to withdraw any GFP in possession of the Contractor to supply other urgent USAF requirements.� If any item so removed by the Government is still required to complete the contract, the Contractor shall take appropriate action to replace the removed item. 100% CONSUMABLE PART REPLACEMENT REQUIREMENTS When overhauling a 60251-1 valve, the following parts should be inspected but may be reused if serviceable. All references are from Figure 10-1 of T.O. 6J11-32-3.� Usable on Code A Index Part Number Description Units Per Assy 1 MS35275-246 5305-00-939-9232 SCREW 4 2 AN960C8 5310-00-685-3744 WASHER, Flat 4 3 MS21209F1-15 5325-00-800-7874 �� INSERT, Screw �4 4 201471 Not stocklisted. HOUSING, Relief valve Contractor may request permission to condemn end item if damaged beyond repair. 1 6 201472 2915-01-013-9138 �WEIGHT, Poppet 1 7 201475 5360-01-048-6914 SPRING, Relief valve 1 8 27040 2915-01-013-9133 GUIDE, Relief valve 1 9 AN565AC8H3 5305-00-551-0156 �. SCREW, Set (AP) (KD) 1 10 24293 2915-01-013-9129 SLUG (AP) 1 12 201476 2915-01-013-9140 RETAINER, Regulator spring 1 13 201474 5360-01-011-8868 �. SPRING, Regulator 1 14 201473 2915-01-013-9139 COVER, Diaphragm 1 15 MS35275-246 5305-00-939-9232 �� SCREW, Fil 6 19 27276 2915-01-013-9136 RETAINER, Diaphragm 2 22 27274 2915-01-013-9134 RETAINER 1 23 27038�� 2915-01-013-9131 LINK, Poppet 1 25 27043 Not stocklisted. RETAINER, Seal. 1 26 MS24693C25 5305-00-969-6495 SCREW, Flat 2 29 AN814-2DL 5365-00-289-0032 PLUG 1 Consists of index 31 & 32 42415 2915-01-013-9127 HOUSING ASSEMBLY, Regulator Aluminum alloy 1 31 MS21209C0615 5325-00-815-4930 �� INSERT, Screw. 2 32 201470� (CAGE 86090) Alternate� 201470TAS (CAGE 29242) ��� HOUSING, Regulator Comment:� This housing if often severely corroded.� Estimated replacement rate is 50%. 1 At a minimum, these consumable parts shall be replaced at one-hundred percent (100%) during remanufacture with new parts.� Other components shall be replaced/repaired IAW TO procedures.�� The parts below must be replaced 100% with new parts during overhaul of PN 60251-1.� All references are from Figure 10-1 of T.O. 6J11-32-3. T.O. Index Part Number Description 5 27039 4820-01-013-9132 POPPET, Relief valve (KD). 1 11 NAS1593-024 5330-00-878-9111 �. o-ring 1 17 42NKE054 5310-00-582-8628 NUT, Self-locking 1 18 600-6030-5/16 Not stocklisted. WASHER, Stat-O-Seal 1 20 27047 2915-01-013-9235 DIAPHRAGM, Regulator 1 24 27037 4820-01-013-9130 PISTON 1 27 27277 5365-01-014-2743 �. 22 RING, Back-up 2 28 NAS1593-012 5331-00-913-2663 �, Packing 1 30 NAS1593-2 Not stocklisted. Packing 1 � COMMENT:� A PN� KD60251-1 Parts Kit is available under NSN 2915-01-219-3682 from DLA.����� In order to receive any general technical data related to this acquisition, offerors must send an email request to Jason Henderson at Jason.Henderson.12@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.** 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. 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: Point of Contact: Jason Henderson; Phone: 405-734-8092; Email: Jason.Henderson.12@us.af.mil or Welth Cooper; Phone: 405-739-5510; Email: Welth.Cooper@us.af.mil
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/e5ea40e0712b4d5da960544ffe68d406/view)
- Place of Performance
- Address: Tinker AFB, OK 73145, USA
- Zip Code: 73145
- Country: USA
- Zip Code: 73145
- Record
- SN05850118-F 20201112/201110230144 (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 |