Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF NOVEMBER 15, 2024 SAM #8389
SOLICITATION NOTICE

16 -- Remanufacture Upgrade of B-52 Stabilizer Trim Actuator

Notice Date
11/13/2024 1:55:04 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
FD20302400006
 
Response Due
11/29/2024 1:00:00 PM
 
Archive Date
12/14/2024
 
Point of Contact
Morgan Mcgarity, Shirley V. Harmon
 
E-Mail Address
morgan.mcgarity@us.af.mil, Shirley.Harmon.1@us.af.mil
(morgan.mcgarity@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 Remanufacture Upgrade of B-52 Stabilizer Trim Actuator. 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 Requirements type contract is contemplated with a three-year period of performance. The requirements set forth in this notice are defined per Purchase Request FD2030-24-00006 as follows: Written response is required. Line Item 0001 Remanufacture/Upgrade input NSN [1680-01-370-3191] - [P/N 25-3447-1] - [CAGE 81205] - [18EA]; Output NSN[1680-01-370-3065] - [P/N 25-3447-501] - [CAGE 81205]. Line Item 0002 NRE Line Item 0003 Over and Above Line Item 0004 Data (NSP) Function: This is a complex unit of gears and motors both electric and hydraulic that move the horizontal flight control up and down. Dimensions: 76.5� h x 48.5� w x 48.5� l and weighs 350 lbs. Material: Aluminium/Steel. Delivery: The proposed delivery schedule is based on the current needs and demands, to deliver assets after receipt of (ARO) funded order or assets and. Early delivery is acceptable. The schedule for each NSN is listed below: 1650-01-370-3065- 1ea due every 60 calendar days ARO Funded Order or Repairable Assets, Whichever is later. 1650-01-370-3191- 1ea due every 60 calendar days ARO Funded Order or Repairable Assets, Whichever is later. Ship To: SW3211 DLA DISTRIBUTION DEPOT OKLAHOMA 3301 F AVE CEN REC BLDG 506 DR 22 TINKER AFB OK 73145-8000, OK 73145-8000 USA Duration of Contract Period: 3 year period of performance 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. In order to receive any technical data related to this acquisition, offerors must send an email request to MORGAN.MCGARITY@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 competitive requirement to approved sources The RMC is R1/C. Set-aside: Full and Open. The Government intends to issue solicitation FA8118-25-R-0009 on or about 29 November 2024 with a closing response date of 15 January 2024 and estimated award date of on or about 10 February 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. 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: See attached Statement of Work 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/1998f9cf2cc647bba1659c68b2c5c96d/view)
 
Place of Performance
Address: Tinker AFB, OK 73145, USA
Zip Code: 73145
Country: USA
 
Record
SN07263513-F 20241115/241113230106 (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.