Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JUNE 29, 2023 SAM #7884
SOURCES SOUGHT

16 -- Remanufacture of KC-135 Gearbox Assemblies (NSN:1680-00-340-9353)

Notice Date
6/27/2023 6:07:34 AM
 
Notice Type
Sources Sought
 
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
FD20302200621
 
Response Due
6/30/2023 9:00:00 AM
 
Archive Date
07/30/2023
 
Point of Contact
Matthew Churchwell, Phone: (405) 739-4809, Jacqueline K West, Phone: (405) 736-2431
 
E-Mail Address
matthew.churchwell.2@us.af.mil, jacqueline.west@us.af.mil
(matthew.churchwell.2@us.af.mil, jacqueline.west@us.af.mil)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
**REVISION II:� Updated contact information for T.O. requests** **REVISION I:� Updated T.O. reference due to typo in initial posting.� T.O. 16F1-47-3 is updated to correct T.O. of 16G1-47-3** The United States Air Force through Air Force Sustainment Center (AFSC), Tinker AFB 73145 is contemplating the Remanufacture of KC-135 Gearbox Assemblies.� 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 Requirements type contract is contemplated with a three-year basic and one two-year option.� The requirements set forth in this notice are defined per Purchase Request FD2030-22-00621 as follows: Written response is required. Item 0001: KC-135 Fillet Flap Drive Double Angle Gearbox, Three-year Basic plus One � Two-Year Option; NSN: 1680-00-340-9353 P/N 5-97039-2; Applicable to KC-135 aircraft for a best estimated quantity (BEQ) of Three-year Base Year � 93 each and Two-year Option Year � 62 each. Item 0002: Over and Above.� To be negotiated. Item 0003: Data (Not Separately Priced) NSN: 1680-00-340-9353 Function:� The Fillet Flap Drive Double Angle Gearbox (bearing mounted bevel gears sealed within a housing) provides a double alignment change of the torque tube drives for the fillet flaps. Dimensions:� 8.0� h x 4.0� w x 4.0� l and weighs 8.200 lbs.� Material:� Stainless Steel, Aluminum, Bronze Delivery:� 3 each every 30 days after receipt of order (ARO).� Early delivery is 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 Requirements Contract (Three-Year Basic One � 2 Year Option) 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 acquisition, offerors must send an email request to M. Ryan Churchwell at matthew.churchwell.2@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.** 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. Export Control:� N/A This is a competitive requirement to approved Small Businesses. The RMC is R1/C.� Set-aside: Set-Aside to approved Small Businesses. The Government intends to issue a solicitation on or about 5 July 2023 with a closing response date of 19 August 2023 and estimated award date of on or about 23 September 2023.� 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.� 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/TO NUMBER� � � � � � �TITLE/REVISION AND/OR OTHER� � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � �DIRECTIVES (AFTO FORM 252) 5-97039-2�������������������� 16G1-47-3� � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � �Technical Manual General Technical Orders TO NUMBER��� DATE�������������������������� ����������� TITLE� �� 00-5-1������������� 25 JANUARY 2021� � � � � � � � � � AF TECHNICAL ORDER SYSTEM���������� �� 00-5-3������������� 11 AUGUST 2021� � � � � � � � � � � AF TECHNICAL ORDER LIFE CYCLE MANAGEMENT��� �� 00-25-260�������� 10 MAY 2022��� ����������� �� �������� METHODS AND PROCEDURES MANUAL � UNIQUE �IDENTIFICATION ASSET� � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � �MARKING AND TRACKING 00-35D-54������� 15 APRIL 2021������������������������� 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������������������������������� 21 OCTOBER 2020������ AIR FORCE MATERIAL MANAGEMENT AFMAN 23-122������������������������ 26 OCTOBER 2020������ MATERIEL MANAGEMENT PROCEDURES DoD/Air Force Forms FORM NUMBER���������������������� TITLE SF 364������������������������������������ REPORT OF DISCREPANCY SF 368������������������������������������ PRODUCT QUALITY DEFICIENCY REPORT DD250� ����������������������������������� MATERIAL INSPECTION AND RECEIVING REPORT DD1348-1A������������������������������ ISSUE RELEASE/RECEIPT DOCUMENT����������������������������������� 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 DD1694����������������������������������� REQUEST FOR VARIANCE (RFV) AFMC FORM 158�������������������� PACKAGING REQUIREMENTS Air Force Drawings DRAWING NUMBER���������������� TITLE 200945069-501������������������������ IDENTIFICATION PLATE (UID LABEL) CONTRACTOR DOCUMENTS PART NUMBER����������������������� DRAWING NUMBER���������������� TITLE AND DATE N/A������������������������������������������ N/A������������������������������������������ N/A OMBUDSMAN (AUG 2005) (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/f7b21ad3be7c4fa6a2db3855c6d5ac10/view)
 
Place of Performance
Address: USA
Country: USA
 
Record
SN06730170-F 20230629/230627230049 (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.