Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 19, 2018 FBO #6082
SOLICITATION NOTICE

16 -- CYLINDER ASSEMBLY,R

Notice Date
7/17/2018
 
Notice Type
Presolicitation
 
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
FA8118-18-R-0044
 
Response Due
8/31/2018
 
Archive Date
1/31/2019
 
Point of Contact
Bradley Bonsall, Phone 405-739-2317, Email bradley.bonsall@us.af.mil
 
E-Mail Address
Bradley Bonsall
(bradley.bonsall@us.af.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
All questions regarding this notice and requirement are to be submitted in writing via E-mail or Fax to the point(s) of contact specified herein. 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. 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. Offerors must specify whether they are a U.S. or foreign-owned firm. Written responses are required. This is a Total Small Business Set Aside requirement. The United States Air Force through Air Force Sustainment Center (AFSC), Tinker AFB 73145 is contemplating to procure REMANUFACTURE OF THE B-1 Bungee Assemblies, NSN: 1680-01-204-1964RK, 1680-01-204-1966RK, and 1680-01-226-6249RK. The contractor shall provide all labor, facilities, equipment and all material to accomplish remanufacture, test, packing, preservation and packaging of the B-1 Bungee Assemblies. The work encompasses the disassembly, cleaning, inspection, maintenance, reassembly, 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 Indefinite Quantity (IDIQ) type contract with a three (3) year ordering period is contemplated. 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. The Government intends to issue solicitation FA8118-18-R-0044 on or about 01 August 2018 with an estimated closing response date of 31 August 2018 and estimated award date of on or about 05 November 2018. 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. 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. Current approved small business sources include: MANEYCAGE CODE: 10000 SUNVAIRCAGE CODE: 1DQY8 THOMAS INSTRUMENTCAGE CODE: 5H860 All responsible sources may submit a proposal which shall be considered by the agency. The requirements set forth in this notice are defined per Purchase Request FD2030-18-01363 as follows: Line Item 0001: Remanufacture of Bungee Assembly; NSN: 1680-01-204-1964RK; Manufacturer: 43999; P/N: L5228041-011. Nomenclature/Noun: Cylinder Assembly RMC / RMSC: R1 / C NAICS: 336413 Function: Bungee Assembly, Override Roll Control is a double-acting, single-rate type which stores and releases energy at a linear rate in proportion to the increase or decrease of the bungee spring defection. Dimensions: Length 24.00 in. Width 3.00 in. Height 3.00 in. Weight 3.65 lbs. Material: Aluminum, Steel Quantity: Min. 2 each; Max. 15 each Delivery: 1 each every 30 days after receipt of order (ARO) and repairable assets. Early delivery is acceptable. Shipping: Shipping instructions will be provided by the Production Management Specialist (PMS) prior to any shipments of serviceable assets. UID: UID requirements will apply. Apply UID label, p/n 200733803-31, to name plate, p/n L5208010-003, as shown in T.O. 16C1-1-133, Figure A-1. Line Item 0002: Remanufacture of Bungee Assembly; NSN: 1680-01-204-1966RK; Manufacturer: 43999; P/N: L5228031-011. Nomenclature/Noun: Cylinder Assembly RMC / RMSC: R1 / C NAICS: 336413 Function: Bungee Assembly, Centering, Pitch and Roll Control stores and releases energy. It is a double-acting, single rate, that extends or retracts. This type is primarily used for centering the pitch and roll control. Dimensions: Length 17.00 in. Width 3.00 in. Height 3.00 in. Weight 2.50 lbs. Material: Aluminum Alloy, Steel Alloy Quantity: Min. 2 each; Max. 18 each Delivery: 1 each every 30 days after receipt of order (ARO) and repairable assets. Early delivery is acceptable. Shipping: Shipping instructions will be provided by the Production Management Specialist (PMS) prior to any shipments of serviceable assets. UID: UID requirements will apply. Apply UID label, p/n 200733803-31, to name plate, p/n L5208006-003, as shown in T.O. 16C1-1-133, Figure A-1. Line Item 0003: Remanufacture of Bungee Assembly; NSN: 1680-01-226-6249RK; Manufacturer: 43999; P/N: L3400092-001. Nomenclature/Noun: Cylinder Assembly RMC / RMSC: R1 / C NAICS: 336413 Function: The Bungee Assembly, Wheel Door Spin Stop, Nose Landing Gear stores and releases energy in direct proportion to the increase or decrease of the spring deflection. It is a single-acting, single-rate, push type unit. Dimensions: Length 15.00 in. Width 2.00 in. Height 2.00 in. Weight 3.00 lbs. Material: Aluminum Alloy, Steel Alloy Quantity: Min. 2 each; Max. 15 each Delivery: 1 each every 30 days after receipt of order (ARO) and repairable assets. Early delivery is acceptable. Shipping: Shipping instructions will be provided by the Production Management Specialist (PMS) prior to any shipments of serviceable assets. UID: UID requirements will apply. Apply UID label as shown in T.O. 16C1-1-133. Line Item 0004: Over and Above Work - To Be Negotiated Line Item 0005: Data in accordance with DD Form 1423-1 - Not Separately Priced Set-aside: This requirement is a 100% Small Business Set-Aside for the remanufacture of the B-1 Bungee Assemblies. Quality Assurance Provisions and Special Inspection Requirements: Higher-level contract quality requirements are used in ADDITION to a standard inspection requirement. A quality system compliant with AS9100, ISO 9001: 2008 or equivalent is acceptable. Compliance is demonstrated by certification or third party audit findings, such as from a DCMA QMS audit. 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/FA8118-18-R-0044/listing.html)
 
Record
SN04995457-W 20180719/180717231233-67a869db03250e609adbc864a02763b6 (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.