SOLICITATION NOTICE
16 -- Reman F-15 Pressure Transmitter
- Notice Date
- 2/29/2024 12:07:32 PM
- Notice Type
- Presolicitation
- 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
- FD20302201477
- Response Due
- 3/15/2024 11:00:00 AM
- Archive Date
- 03/30/2024
- Point of Contact
- Capt. Katie Galgano, Morgan Mcgarity
- E-Mail Address
-
katherine.galgano@us.af.mil, morgan.mcgarity@us.af.mil
(katherine.galgano@us.af.mil, morgan.mcgarity@us.af.mil)
- Description
- 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.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/77bdcfdaef174e1190a6eca541bcd630/view)
- Place of Performance
- Address: Tinker AFB, OK, USA
- Country: USA
- Country: USA
- Record
- SN06981551-F 20240302/240229230101 (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 |