Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF DECEMBER 19, 2024 SAM #8423
SOLICITATION NOTICE

J -- C-5 Trunnion Bearing, Overhaul

Notice Date
12/17/2024 6:20:51 AM
 
Notice Type
Presolicitation
 
NAICS
811210 —
 
Contracting Office
FA8538 AFSC PZAAB ROBINS AFB GA 31098-1670 USA
 
ZIP Code
31098-1670
 
Solicitation Number
FA8538-25-R-0004
 
Response Due
1/7/2025 2:00:00 PM
 
Archive Date
01/22/2025
 
Point of Contact
Phillip Russell
 
E-Mail Address
phillip.russell.9@us.af.mil
(phillip.russell.9@us.af.mil)
 
Description
Pre-Solicitation, Overhaul of the C-5 Trunnion Bearing The Air Force has a requirement for overhaul of the C-5 Trunnion Bearing for use by the United States Air Force (USAF) in support of the C-5 Galaxy cargo aircraft. Notice ID: FA8538-25-R-0004 This Synopsis for the requirement is being issued by AFSC/PZAAB (FA8538). NSN: 3120-00-766-2056 UC Noun: Bearing, Trunnion Synopsis is for issuance of a Firm-Fixed Price (FFP), Indefinite Delivery Indefinite Quantity (IDIQ) type Request for Proposal (RFP), FA8538-25-R-0004, for depot-level overhaul/remanufacture services applicable to the C-5 Trunnion Bearing for use by the USAF in support of the C-5 Galaxy cargo aircraft. This item is the main pivot bearing used during the retraction and extension of the C-5 Main Landing Gear (MLG) and is a safety critical item, failure of which could cause the loss of aircraft and crew. The anticipated overhaul/remanufacturing service will provide serviceable assets to meet quarterly demand for Air Force Field Level requirements and C-5 Programmed Depot Maintenance (PDM). The C-5 MLG Trunnion bearings will support C-5 aircraft until 2040. The FFP/IDIQ contract is planned for 5-years in length utilizing Delivery Protection Program (DPP) Competitive procedures: The Delivery Protection Program is a contractual vehicle which provides the Contracting Officer a means of competing the maximum practical quantity of a requirement while also mitigating risk. The objective of the DPP is to obtain the best possible price and performance while mitigating risk by allowing new unqualified sources to submit a proposal on complex or critical items requiring pre-production unit approval, ensuring the new source can furnish a product that conforms to all contract requirements for acceptance. Qualified Source: Contractors which have successfully demonstrated the ability to overhaul the Trunnion Bearing Unqualified Source: Contractors who have the capability to perform the overhaul and who wish to become a Qualified Source The anticipation is the RFP will have two (2) Alternatives: Alternate 1 is anticipated if either A) only Qualified Sources submit bids, or B) only Unqualified Sources submit bids and no Qualified Source participates. If A or B is true, the low offeror will be awarded the 5-year FFP/IDIQ contract. Alternate 2 is anticipated if both a Qualified Source and Unqualified Source submit bids and the Unqualified Source is the low bidder. If this is true, two contracts will be awarded simultaneously: Contract A and Contract B. Contract A will be a 24-month IDIQ awarded to the Qualified Source to complete Mission Essential Quantities (MEQ), and three (3) 12-month Option Years awarded if the Unqualified Source does not become Qualified. Contract B will be a 24-month IDIQ awarded to the Unqualified Source for 2 Each pre-production units (a qualification period), and three (3) 12-month Option Years which may be exercised if becoming Qualified. Basic Option (2-years) to the proven source [Alt 1, Qualified Source; or Alternate II, Contract A]: Basic Option Year 1 - MEQ Min/Max Qty: 1 / 64 Basic Option Year 2 - MEQ Min/Max Qty: 1 / 64 Basic Option (2-years) Pre-Production to the unproven source [Alternate I, Unqualified Source; or Alternate II, Contract B]: Basic Option Year 1 - MEQ Min/Max Qty: 1 / 2 Basic Option Year 2 - MEQ Min/Max Qty: 1 / 2 Option Years [Alternate I; or Alternate II, Contract A or B]: Option 1 (1 year) - Production Option Min/Max Qty: 1 / 64 Option 2 (1 year) - Production Option Min/Max Qty: 1 / 64 Option 3 (1 year) - Production Option Min/Max Qty: 1 / 64 This acquisition will be Full and Open Competition utilizing Delivery Protection Program (DPP) Competitive procedures. Period of Performance is anticipated to begin May 2025 for a period of 5 years (FY25 - FY30). The Solicitation (Request for Proposal) posting will follow this Synopsis, and is anticipated to be posted on or after 3 January 2025.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/8176d40aeb53491baaf072335a60ac99/view)
 
Place of Performance
Address: USA
Country: USA
 
Record
SN07294192-F 20241219/241217230115 (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.