Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF OCTOBER 29, 2021 SAM #7272
SOLICITATION NOTICE

16 -- AMENDMENT 0002 - Remanufacture of B-2 Electro-Mechanical Actuator, NSN: 1680-01-368-7808 RK

Notice Date
10/27/2021 1:48:11 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
FA8118-21-R-0053
 
Response Due
11/15/2021 1:00:00 PM
 
Archive Date
11/30/2021
 
Point of Contact
MAXWELL D. SIMPSON, Phone: 4057395463, JOHN FREEMAN, Phone: 4057397770
 
E-Mail Address
maxwell.simpson@us.af.mil, john.freeman.16@us.af.mil
(maxwell.simpson@us.af.mil, john.freeman.16@us.af.mil)
 
Description
AMENDMENT 0002 - EXTENDS RESPONSE/CLOSING DATE BY TWO WEEKS: CHANGED TO 15 NOVEMBER 2021, 3:00 PM, CST. The United States Air Force through Air Force Sustainment Center (AFSC), Tinker AFB 73145 is contemplating the Remanufacture of B-2 Electro-Mechanical Actuator, NSN: 1680-01-368-7808 RK. The contractor shall provide all labor, facilities, equipment and all material to accomplish the remanufacture. The work encompasses significantly or completely disassembling an item to its individual components; reworking, rehabilitating, or replacing worn or damaged components; reassembly; and test such that the item is returned to its original life expectancy (i.e. reliability), or nearly so, in accordance with the solicitation requirements and all attachments. A firm fixed price Indefinite Delivery Requirements type contract is contemplated with a one-year basic and four-one year options. � Basic remanufacture requirements: The end item shall be cleaned, disassembled, components inspected, assembled, and tested according to applicable TOs and OEM specifications.� If any component part does not meet inspection requirements as specified in the applicable TO, or if there is any doubt as to its serviceability or longevity, the Contractor shall replace the component if it cannot be restored to the original life expectancy, or nearly so.� The Contractor is advised to include the cost of replacing a percentage of re-usable and recoverable components, as identified above, in their remanufacture cost proposal.� Certain parts shall be replaced one-hundred percent (100%) of the time during each remanufacture event and are specified in section 5 of Appendix A.� The pricing for these items shall be included in the remanufacture cost. � The Government intends to issue solicitation FA8118-21-R-0053 on or about 30 September 2021 with a closing response date of 1 November 2021 and estimated award date of on or about 27 December 2021.� 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 FD2030-21-01525. Application: Remanufacture of B-2 Electro-Mechanical Actuator NSN and P/N: NSN: 1680-01-368-7808 RK;��� P/N: 747984B RMC:� R2/C NAICS: 336413 Duration of Contract Period: 5 Year Requirements Contract (Basic Year with Four � 1 Year Options) Total Line Item Quantity: All quantities are estimated based; Best Estimated Quantities are as follows: � Line Item 0001: Remanufacture of B-2 Electro-Mechanical Actuator, NSN: 1680-01-368-7808 RK, PN: 747984B;� Applicable to B-2 aircraft for a Best Estimated Quantity (BEQ) of Base Year � 10 each/year, Option Year I � 10 each/year, Option Year II � 10 each/year, Option Year III � 10 each/year and Option Year IV � 10 each/year. � Line Item 0002: Over and Above (To Be Negotiated - as needed) � Line Item 0003: Data (Not Separately Priced) Delivery: Deliver unit(s) 1 each every 60 days after receipt of reparables; 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: Provides mechanical force to move the safelock lever and the cone brake release lever of the PDU. �Dimensions: 6.1590� h x 3.1300� w x 7.9830� l and weighs 6.9100 lbs.� Material:� Aluminum Qualification Requirements:� QUALIFICATION REQUIREMENTS APPLY.����� For qualification information/ source approval requests contact 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 approved sources.� 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. Set-aside:� N/A Export Control:� N/A UID Note to Contractor:� If unit price of item (not repair cost) exceeds $5,000, then IUID requirements will apply.� Please see DFARS 252.211-7003 and DFARS 211.274-2 for further requirements for IUID marking. Applicable Tech Orders: The Government does not own applicable technical orders or data rights for this item. � APPLICABLE TECHNICAL ORDERS Specific Technical Orders PART NUMBER����� REMANUFACTURE MANUAL/TO NUMBER������ TITLE������ 784618-5� � �������������16A1-2-6-3������������������������������������������������������� 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 September 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 December 2016������� AIR FORCE MATERIAL MANAGEMENT����������� �� AFMAN 23-215������������������� 6 August 2001������������� REPORTING OF SUPPLY DISCREPANCIES���� DoD/Air Force Forms FORM NUMBER���� TITLE������ SF 364������������������� REPORT OF DISCREPANCY��� �� SF 368������������������� QUALITY DEFICIENCY REPORT���������� �� DD1574����������������� SERVICEABLE TAG � MATERIEL DD1574-1�������������� SERVICEABLE LABEL � MATERIEL����� �� DD1577-2�������������� UNSERVICEABLE (REPAIRABLE) TAG � MATERIEL DD1577-3�������������� UNSERVICEABLE (REPAIRABLE) LABEL � MATERIEL �� DD1577����������������� UNSERVICEABLE (CONDEMNED) TAG � MATERIEL DD1577-1�������������� UNSERVICEABLE (CONDEMNED) LABEL � MATERIEL����������� �� DD1575����������������� SUSPENDED TAG � MATERIEL DD1575-1�������������� 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 technical data related to this acquisition, offerors must send an email request to Jonathan Payne at Jonathan.payne.11@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 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: PRIMARY, MAXWELL D. SIMPSON; Email: Maxwell.Simpson@us.af.mil or JOHN D. FREEMAN;�Email: John.Freeman.16@us.af.mil. AMENDMENT 0002 - EXTENDS RESPONSE/CLOSING DATE BY TWO WEEKS: CHANGED TO 15 NOVEMBER 2021, 3:00 PM, CST.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/4dcb620907954de2a9282cdd04d550f9/view)
 
Place of Performance
Address: Tinker AFB, OK 73145, USA
Zip Code: 73145
Country: USA
 
Record
SN06165643-F 20211029/211027230108 (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.