Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF SEPTEMBER 17, 2020 SAM #6867
SOLICITATION NOTICE

29 -- Remanufacture of the F-15 Interconnect Valve, NSN: 2915-01-140-5873RK, F-15 Aircraft Float Valve, NSN: 2915-01-140-5983RK, and C-130 Aircraft Float Valve, NSN: 2915-01-081-6534RK

Notice Date
9/15/2020 1:17:01 PM
 
Notice Type
Solicitation
 
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
FA8118-20-R-0036
 
Response Due
7/30/2020 1:00:00 PM
 
Archive Date
08/14/2020
 
Point of Contact
Jason Henderson, Phone: 405-734-8092, Welth Cooper, Phone: 4057395510
 
E-Mail Address
Jason.Henderson.12@us.af.mil, Welth.Cooper@us.af.mil
(Jason.Henderson.12@us.af.mil, Welth.Cooper@us.af.mil)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
The United States Air Force through Air Force Sustainment Center (AFSC), Tinker AFB 73145, is contemplating a contract for the Remanufacture of the F-15 Interconnect Valve, F-15 Aircraft Float Valve and C-130 Aircraft Float Valve.� The contractor shall provide all labor, facilities, equipment and all material to accomplish upgrade and 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 one-year basic and four one-year options.� The Government intends to issue solicitation FA8118-20-R-0036 on or about 2 June 2020 with a closing response date of�16 July 2020 and estimated award date of on or about 19 August 2020.� 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.� The requirements set forth in this notice are defined per Purchase Request FD2030-19-02358 as follows: Written response is required. The RMC is R1/C.� Duration of Contract Period: 5 Year Requirements Contract (Basic Year with Four One-Year Options) Item 0001: Remanufacture of Interconnect Valve, NSN: 2915-01-140-5873RK P/N: 765900-211; Applicable to F-15 aircraft for a Best Estimated Quantity (BEQ) of Base Year � 5 each/year and Option Year I � 5 each/year, Option Year II � 5 each/year, Option Year III � 5 each/year and Option Year IV � 5 each/year. Delivery:� 3 each every 30 days after receipt of order (ARO) and reparable units, until production is complete.� Early delivery is acceptable. Ship To:� Shipping instructions will be provided by the Production Management Specialist (PMS) prior to any shipments of serviceable assets. Function:� Controls fuel flow based on fuel level and allows fuel to flow whenever pressure supplied to the inlet port is less than 2 psi above inlet port external pressure. Dimensions:� 3.42� l x 3.37� w x 3.37� h and weighs 1.5 lbs.� Material:� Aluminum Alloy Item 0002: Remanufacture of Aircraft Float Valve, NSN: 2915-01-140-5983RK P/N: 765900-213; Applicable to F-15 aircraft for a Best Estimated Quantity (BEQ) of Base Year � 3 each/year and Option Year I � 3 each/year, Option Year II � 3 each/year, Option Year III � 3 each/year and Option Year IV � 3 each/year. Delivery:� 3 each every 30 days after receipt of order (ARO) and reparable units, until production is complete.� Early delivery is acceptable. Ship To:� Shipping instructions will be provided by the Production Management Specialist (PMS) prior to any shipments of serviceable assets. Function: Prevents fuel flow when either the pilot valve solenoid is energized or the fuel level is below the pilot valve actuation level. Dimensions:� 4.5� l x 3.3� w x 3.0� h and weighs 1.3 lbs.� Material:� Aluminum Alloy Item 0003: Remanufacture of Aircraft Float Valve, NSN: 2915-01-081-6534RK P/N: 32900-105; Applicable to C-130 aircraft for a Best Estimated Quantity (BEQ) of Base Year � 15 each/year and Option Year I � 15 each/year, Option Year II � 15 each/year, Option Year III � 15 each/year and Option Year IV � 15 each/year. Delivery:� 3 each every 30 days after receipt of order (ARO) and reparable units, until production is complete.� Early delivery is acceptable. Ship To:� Shipping instructions will be provided by the Production Management Specialist (PMS) prior to any shipments of serviceable assets. Function: Controls fuel flow through three inch feed tube on manifold in center wing tank. Dimensions:� 6.82� l x 5.0� w x 5.37� h and weighs 2.8 lbs.� Material:� Steel and Aluminum Item 0004: Data (Not Separately Priced) Item 0005: Over and Above. To be negotiated. 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. IAW FAR 5.207(c)(16)(i), all responsible sources may submit a bid, proposal, or quotation which shall be considered by the agency.� 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. Small Business Set Aside 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. This is a competitive requirement to approved Small Businesses. Set-aside: Set-Aside to approved Small Businesses Export Control:� N/A UID Note to Contractor:� If unit price of item (not repair cost) exceeds $5,000, then UID requirements will apply.� Please see DFARS 252.211-7003 and DFARS 211.274-2 for further requirements for UID marking. APPLICABLE TECHNICAL ORDERS Specific Technical Orders PART NUMBER REMANUFACTURE MANUAL/TO NUMBER TITLE/REVISION AND/OR OTHER DIRECTIVES (AFTO FORM 252) � 765900-211 6J15-18-5-3 Technical Manual 32900-105 6J15-3-154-3 Technical Manual 766900-213 6J15-3-157-3 Technical Manual General Technical Orders TO NUMBER DATE TITLE 00-5-1 14 JUNE 2016 AF TECHNICAL ORDER SYSTEM 00-5-3 1 APRIL 2016 AF TECHNICAL ORDER LIFE CYCLE MANAGEMENT 00-35D-54 1 SEPT 2015 USAF DEFICIENCY REPORTING, INVESTIGATION AND RESOLUTION OTHER PUBLICATIONS FOR INFORMATION PURPOSES ONLY NOTE:� These publications are for information purposes only. Air Force Manuals DOCUMENT NUMBER DATE TITLE AFI 23-101 12 DEC 2016 AIR FORCE MATERIAL MANAGEMENT AFMAN 23-215 6 AUG 2001 REPORTING OF SUPPLY DISCREPANCIES DoD/Air Force Forms FORM NUMBER TITLE SF 364 REPORT OF DISCREPANCY SF 368 QUALITY DEFICIENCY REPORT DD1574 DD1574-1 SERVICEABLE TAG � MATERIEL SERVICEABLE LABEL � MATERIEL DD1577-2 DD1577-3 UNSERVICEABLE (REPAIRABLE) TAG � MATERIEL UNSERVICEABLE (REPAIRABLE) LABEL � MATERIEL DD1577 DD1577-1 UNSERVICEABLE (CONDEMNED) TAG � MATERIEL UNSERVICEABLE (CONDEMNED) LABEL � MATERIEL DD1575 DD1575-1 SUSPENDED TAG � MATERIEL SUSPENDED LABEL � MATERIEL AFMC FORM 158 PACKAGING REQUIREMENTS CONTRACTOR DOCUMENTS PART NUMBER DRAWING NUMBER TITLE AND DATE � N/A N/A N/A In order to receive any general technical data related to this acquisition, offerors must send an email request to Jason Henderson at Jason.Henderson.12@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.** 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. 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. Point of Contact: Point of Contact: Jason Henderson; Phone: 405-734-8092; Email: Jason.Henderson.12@us.af.mil or Welth Cooper; Phone: 405-739-5510; Email: Welth.Cooper@us.af.mil
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/6f729f73f1004285b065824719d30e2b/view)
 
Place of Performance
Address: Tinker AFB, OK 73145, USA
Zip Code: 73145
Country: USA
 
Record
SN05798150-F 20200917/200915230154 (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  © 1994-2020, Loren Data Corp.