Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MAY 04, 2024 SAM #8194
SOLICITATION NOTICE

J -- Overhaul of B-2/B-52 Hydraulic Drive Unit, Common Strategic Rotary Launcher (CSRL) power drive unit (PDU), NSN: 1650-01-276-4376, P/N 741322E

Notice Date
5/2/2024 6:51:37 AM
 
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
FD20302101094_01
 
Response Due
5/16/2024 1:00:00 PM
 
Archive Date
05/31/2024
 
Point of Contact
Jacqueline West, Phone: 4057362431, Shirley V. Harmon, Phone: 4057395461
 
E-Mail Address
jacqueline.west@us.af.mil, Shirley.Harmon.1@us.af.mil
(jacqueline.west@us.af.mil, Shirley.Harmon.1@us.af.mil)
 
Description
The United States Air Force through Air Force Sustainment Center (AFSC), Tinker AFB 73145 is contemplating the Overhaul of B-2/B-52 Hydraulic Drive Unit, Common Strategic Rotary Launcher (CSRL) power drive unit (PDU), NSN: 1650-01-276-4376, P/N 741322E, for a total of 10-years with a one five-year basic performance period, followed by five one-year option periods.� A firm fixed price type contract is contemplated.� The requirements set forth in this notice are defined per Purchase Request FD20302101094 as follows: Written response is required. Duration of Contract Period: 10 Years Total, One Five-Year Basic with Five One-Year Options CLIN 0001: Overhaul and Material Lay In, NSN: 1650-01-276-4376, P/N 741322E. One Five-Year Basic; best estimated quantity (BEQ) of 5 each. � Five 1-year Option Years; best estimated quantity (BEQ) of 5 each. Deliver: 1 unit(s) initial 1ea every 365 days and then 1ea every 30 days thereafter. Early delivery is acceptable. CLIN 0002: Overhaul Only, NSN: 1650-01-276-4376, P/N 741322E One Five-Year Basic; best estimated quantity (BEQ) of Min 5 ea / Max 85 ea Five 1-year Option Years; best estimated quantity (BEQ) of Min 5 ea / Max 85 ea Deliver: 170 unit(s) 1ea every 30 days ARO/Reps. Early delivery is acceptable. CLIN 0003: Over and Above (To Be Negotiated (TBD)) CLIN 0004: Data (Not Separately Priced (NSP)) Ship To:� Shipping instructions to be determined. Function:� DRIVE UNIT, HYDRAULIC, HYDRAULIC POWER DRIVE UNIT THAT ACTUATES THE OPENING OF THE B52 & B2 ROTARY LAUNCHER DOOR. Dimensions:� Length (FT): 4.0000, Width (FT) 2.0000, Height (FT) 2.0000, Weighs (LBS) 260.0000.� Material:� Steel, Aluminum. Qualification Requirements: QUALIFICATION REQUIREMENTS APPLY.� For qualification information/source approval requests contact the Source Development Office, OC-ALC/SB (405) 739-7243.� Award will be based on meeting our requirements and cannot be delayed pending qualification of additional sources.� 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.� Export Control:� N/A Set-aside: N/A APPLICABLE TECHNICAL ORDERS 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������������ MATERIEL MANAGEMENT PROCEDURES DoD/Air Force Forms FORM NUMBER����� TITLE SF 364����������������������������������������� REPORT OF DISCREPANCY SF 368����������������������������������������� PRODUCT QUALITY DEFICIENCY REPORT DD250����������������������������������������� MATERIAL INSPECTION AND RECEIVING 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 741322E������������������� 741322���������������������������������������� Outline 741322E������������������� TS3871���������������������������������������� Acceptance Test Specification 741322E������������������� 741323���������������������������������������� Assembly The Government intends to issue solicitation FA8118-24-R-0044 on or about 16 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. 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.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/ba9948f0f21a41d28a5ef3c53b5f8fd6/view)
 
Place of Performance
Address: USA
Country: USA
 
Record
SN07049898-F 20240504/240502230038 (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 |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.