Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF NOVEMBER 03, 2024 SAM #8377
SOLICITATION NOTICE

J -- TT&E/Repair of B-2 Electro-Mechanical Actuators

Notice Date
11/1/2024 12:02:41 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
FD20302301677
 
Response Due
11/18/2024 12:00:00 PM
 
Archive Date
03/18/2025
 
Point of Contact
Matthew Churchwell, Phone: 4055824184, Jacqueline West, Phone: 4057362431
 
E-Mail Address
matthew.churchwell.2@us.af.mil, jacqueline.west@us.af.mil
(matthew.churchwell.2@us.af.mil, jacqueline.west@us.af.mil)
 
Description
The United States Air Force through Air Force Sustainment Center (AFSC), Tinker AFB 73145 is contemplating the Teardown, Test, & Evaluate (TT&E) and Repair of B-2 Electro-Mechanical Actuators.� A firm fixed price type contract is contemplated.� The requirements set forth in this notice are defined per Purchase Request FD20302301677 02 as follows: Written response is required. CLIN 0001/1001: TT&E of B-2B Electro-Mechanical Actuator, 3-Year Basic plus One - 2 Year Option; NSN: 4810-01-363-5096 P/N DAA3272P028-227; best estimated quantity (BEQ) of 5 each per year. CLIN 0002/1002:� Repair of B-2B Electro-Mechanical Actuator, 3-Year Basic Years plus One � 2 Year Option; NSN: 4810-01-363-5096 P/N DAA3272P028-227; BEQ of 5 each per year. CLIN 0003/1003:� TT&E of B-2B Electro-Mechanical Actuator, 3-Year Basic plus One � 2 Year Option; NSN: 4810-01-364-4092 P/N DAA3272P027-227, BEQ of 2 each per year. CLIN 0004/1004: Repair of B-2B Electro-Mechanical Actuator, 3-Year Basic plus One � 2 Year Option; NSN: 4810-01-364-4092 P/N DAA3272P027-227, BEQ of 2 each per year. CLIN 0005/1005: Over and Above CLIN 0006/1006: Data (Not Separately Priced) Function:� NSN ending in 5096, Operates fuel valve.� Dimensions: 12.50� l X 10.50� w X 10.50� h and weighs 9.2 lbs.� Material:� Steel and aluminum.� NSN ending in 4092, The fuel mixing valve controls the mixing of hot and cold fuel flowing to the aircraft engines.� Dimensions: 10.00� l X 5.00� w X 2.50� h and weighs 1.50 lbs.� Material:� Various metals, plastic and wiring. Delivery:� NSN ending in 5096, TT&E CLIN deliver 1 unit each 30 days after receipt of order (ARO) and reparable units (REPS).� Early delivery is acceptable.� Repair CLIN deliver 1 unit every 120 days ARO/REPS.� Early delivery is acceptable.� NSN ending in 4092, TT&E CLIN deliver 1 unit each 30 days ARO/REPS.� Early delivery is acceptable.� Repair CLIN, deliver 1 unit every 120 days ARO/REPS.� Early delivery is acceptable. Ship To: �Shipping instructions will be posted with the solicitation. Duration of Contract Period: 3-Year Basic with One � 2-Year Option. 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 The AMC is R3/Q.� Set-aside: N/A The Government intends to issue solicitation on or about 18 Nov 2024 with a closing response date of 20 December, 2024 and estimated award date of on or about 6 March, 2025� 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 or Fax.� 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/72b0416809ed42c09be611aae5094d08/view)
 
Place of Performance
Address: USA
Country: USA
 
Record
SN07255049-F 20241103/241101230102 (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.