Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF SEPTEMBER 22, 2016 FBO #5417
MODIFICATION

16 -- REMANUFACTURE OF B-1B ACTUATOR,ELECTRO-ME

Notice Date
9/20/2016
 
Notice Type
Modification/Amendment
 
NAICS
336413 — Other Aircraft Parts and Auxiliary Equipment Manufacturing
 
Contracting Office
DEPARTMENT OF THE AIR FORCE; 3001 STAFF DR STE 1AC4 99A; TINKER AFB; OK; 73145
 
ZIP Code
73145
 
Solicitation Number
FA8118-16-R-0089
 
Response Due
11/4/2016
 
Archive Date
4/30/2017
 
Point of Contact
Cheryl J. Hawkins-Prebula, Phone: 4057344622, Susan Thomas, Phone: 405-739-5457
 
E-Mail Address
cheryl.hawkins-prebula@us.af.mil, susan.thomas.9@us.af.mil
(cheryl.hawkins-prebula@us.af.mil, susan.thomas.9@us.af.mil)
 
Small Business Set-Aside
N/A
 
Description
The United States Air Force through Air Force Sustainment Center (AFSC), Tinker AFB 73145 is contemplating to procure REMANUFACTURE OF THE B-1B Electro-mechanical Rotary Actuator, NSN: 1680-01-267-9557RK, P/N: R16115. 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 contract with a one-year basic period and three one-year options is contemplated. The requirements set forth in this notice are defined per Purchase Request FD20301600663. Solicitation number: FA8118-16-R-0089 Estimated issue date: 05 Oct 2016 Estimated closing date: 4 Nov 2016 Nomenclature/Noun: Electro-mechanical Rotary Actuator DOD Priority Rating: DO Function: Device is used for holding or sweeping the wing forward in the event the wing sweep actuator system malfunctions. NSN: 1680-01-267-9557RK Manufacturer / PN: 81039 / P/N R16115 Application (Engine or Aircraft): B-1B aircraft RMC / RMSC: R 3 / D History: Last procured FA8118-15-D-0009 awarded 12 December 2014 NAICS: 336413 Item, Quantity, Delivery: L/I X001: Remanufacture of NSN 1680-01-267-9557RK Best Estimated Quantity (BEQ): Basic - 12EA, Opt I - 12EA, Opt II - 12EA; Opt III - 12EA; Delivery: 5EA every 60 days After Receipt of Order and reparable units. Early delivery is acceptable. L/I X002: Over and Above Work - To Be Negotiated; BEQ: To Be Determined L/I X003: Data in accordance with DD Form 1423-1 - Not Separately Priced; BEQ: To Be Determined Destination: To Be Determined; Contact PMS upon Government acceptance for Ship To and Mark For Instructions. Export Control: This acquisition may involve technology that has a military or space application. The only contractors who may participate are those that are certified and registered with the Defense Logistics Information Service (DLIS) (1-800-352-3572) and have a legitimate business purpose. In order to receive any technical data related to this acquisition, offerors must be registered with Federal Business Opportunities (FedBizOpps) www.FBO.Gov. Requests for data are to be submitted to ocalc.lgldo.public@us.af.mil for Drawings and directly to the PCO and/or buyer for Technical Orders (TOs). The request shall be on company letterhead and include the applicable solicitation number and the specific data needed (e.g. TO number, drawing number). The request must be accompanied by a copy of the current and approved DD Form 2345. The form, including instructions for completing the form, is available at: http://www.dtic.mil/whs/directives/forms/eforms/dd2345.pdf. Qualification Requirements: None The Government does not own the data or the rights to the data needed to purchase this part from additional sources. It has been determined to be uneconomical to buy the data or rights to the data. It is uneconomical to reverse engineer the part. The proposed requirement is for supplies or services for which the Government intends to solicit and negotiate with only one approved source pursuant to the authority of FAR 6.302-1. Approved/Potential Sources: Whippany Actuation Systems, LLC (81039) All responsible sources may submit a capability statement, proposal, or quotation, which shall be considered by the agency. In accordance with FAR 22.10003-6(a)(1), this remanufacture shall be deemed to be manufacturing. As such, this will be considered as a "supply" type acquisition. Set-aside: N/A UID: If unit price of item (not remanufacture cost) exceeds $5,000, then UID requirements will apply. Electronic procedures will be used for this solicitation. Based upon market research, the Government is not 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. 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.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/OCALCCC/FA8118-16-R-0089/listing.html)
 
Record
SN04279906-W 20160922/160920235312-3059da0c88b283b5e8030cb1e5a677e2 (fbodaily.com)
 
Source
FedBizOpps Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO 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.