Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF AUGUST 18, 2022 SAM #7566
SOLICITATION NOTICE

16 -- Remanufacture of F-16 Heat Exchanger

Notice Date
8/16/2022 9:17:11 AM
 
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
FA8118-22-R-0041
 
Response Due
8/20/2022 1:00:00 PM
 
Archive Date
09/04/2022
 
Point of Contact
Shanita Manuel, David O'Rourke
 
E-Mail Address
shanita.manuel@us.af.mil, david.orourke@us.af.mil
(shanita.manuel@us.af.mil, david.orourke@us.af.mil)
 
Description
The United States Air Force through Air Force Sustainment Center (AFSC), Tinker AFB 73145 is contemplating the Remanufacture of F-16 Heat Exchanger. 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/Indefinite Quantity type contract is contemplated with a three-year basic and two-1 year options.� The requirements set forth in this notice are defined per Purchase Request FD2030-20-02692 as follows: Written response is required. Item 0001: Heat Exchanger, Three Year plus Two - 1 Year Options; NSN: 1660-01-050-5847 P/N: 764962-2; Applicable to B-1 aircraft for a Minimum quantity (MIN) and Maximum (MAX) of � MIN: 4 each/year MAX: 10 each/year. Item 0002: Over and Above. To be negotiated. Item 0003: Data (Not Separately Priced) NSN: 1660-01-050-5847: Function:� Provides additional cooling of the high-pressure bleed air leaving the primary/secondary heat exchanger. Dimensions:� 14.5� h x 13� w x 33� l and weighs 30.30 lbs. � Material:� Aluminum Alloy RMC:� R1/C 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. Delivery:� 4 each every 30 days after receipt of funded order (ARO). Early delivery is not acceptable. Ship To:� Shipping instructions will be provided by the Production Management Specialist (PMS) prior to any shipments of serviceable assets. Duration of Contract Period: 5 Year IDIQ Contract (3 Year Basic with Two � 1 Year Options) 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.� 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.� In order to receive any technical data related to this synopsis, send your T.O. request (DD Form 2345 and letter on company letterhead) to the Public Sales Office (AFLCMC.LZP.PubSales@us.af.mil). The Public Sales Office will track this entire process (Please allow 30 calendar days before requesting status of your request.). The form, including instructions for completing the form, is available at:�https://www.esd.whs.mil/Portals/54/Documents/DD/forms/dd/dd2345.pdf. The Government is not responsible for incomplete, misdirected, or untimely requests.** 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. 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.� 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. APPLICABLE TECHNICAL ORDERS Specific Technical Orders PART NUMBER������� REMANUFACTURE MANUAL/����� TITLE/REVISION AND/OR OTHER � � � � � � � � � � � � � � � � � TO NUMBER� � � � � � � � � � � � � � � � � �DIRECTIVES (AFTO FORM 252) 764962-2� � � � � � � � � �15A4-84-3� � � � � � � � � � � � � � � � � � � � OVERHAUL INSTRUCTIONS � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � �WITH ILLUSTRATED PARTS BREAKDOWN � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � �PRIMARY HEAT EXCHANGER General Technical Orders TO NUMBER ����������������������������������� DATE ����������������������� TITLE 00-5-1 ���������������������������������������������� 25 JAN 2021 ������������� AF TECHNICAL ORDER SYSTEM 00-5-3 ���������������������������������������������� 11 AUG 2021 ������������ AF TECHNICAL ORDER LIFE CYCLE MANAGEMENT 00-35D-54 ���������������������������������������� 15 APR 2021� � � � � � � USAF DEFICIENCY REPORTING, INVESTIGATION AND RESOL OTHER PUBLICATIONS FOR INFORMATION PURPOSES ONLY NOTE:� These publications are for information purposes only. Air Force Manuals DOCUMENT NUMBER ��������������� DATE ��������������������� TITLE AFI 23-101 ��������������������������������� 21 OCT 2020 ���������� AIR FORCE MATERIAL MANAGEMENT AFMAN 23-122 ��������������������������� 26 OCT 2020 ���������� MATERIEL MANAGEMENT PROCE DoD/Air Force Forms FORM NUMBER���������������������� TITLE SF 364 ����������������������������������� REPORT OF DISCREPANCY SF 368 ����������������������������������� PRODUCT 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 158 ������������������������������ PACKAGING REQUIR CONTRACTOR DOCUMENTS PART NUMBER����������������������� DRAWING NUMBER���������������� TITLE AND DATE N/A������������������������������������������ N/A������������������������������������������ N/A 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.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/a5dbde45aaa043a08f00ccd96a99c6eb/view)
 
Record
SN06429007-F 20220818/220816230124 (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.