Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF OCTOBER 14, 2023 SAM #7991
MODIFICATION

16 -- Remanufacture of B-1 Electronic-ME/Actuator NSN(s) / P/N(s): 1680-01-169-2263RK/ R15040-1

Notice Date
10/12/2023 1:08:54 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
FA811824R0001
 
Response Due
11/13/2023 1:00:00 PM
 
Archive Date
11/28/2023
 
Point of Contact
Phaedra M Prather, Phone: 405-739-4340, Jacqueline K West, Phone: 4057362431
 
E-Mail Address
phaedra.prather@us.af.mil, jacqueline.west@us.af.mil
(phaedra.prather@us.af.mil, jacqueline.west@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 the remanufacture of the electro-mechanical actuator.� A firm fixed price Requirements type contract is contemplated.� The Contractor shall furnish all material, support equipment, tools, test equipment, and services.� Government Furnished Equipment (GFE) will not be provided.� The work encompasses the disassembly, cleaning, inspection, maintenance, re-assembly, testing, and finishing actions required to return the end item to a like new condition.� The requirements set forth in this notice are defined per Purchase Request FD2030-22-01516 as follows: Written response is required. Item 0001: Remanufacture of B-1 electro-mechanical actuator, 3 Year Basic [Best estimated quantity (BEQ) of 19] plus one 2-Year Option [Best estimated quantity (BEQ) of 8]; NSN: 1680-01-169-2263RK P/N R15040-1. Item 0002: Over and Above � To Be Negotiated (TBN) Item 0003: Data - Not Separately Priced � (NSP) Function:� Actuator use�s control linear motion, to open and close the avionics bay door.� Dimensions:� 3.00� h x 4.00� w x 8.9� l and weighs 2.8 lbs.� Material:� Aluminum alloy, metal, steel, and electric components. Delivery:� Deliver 1 unit(s) 1ea every 30 days ARO. Early delivery is acceptable. Ship To:� DLA DISTRIBUTION DEPOT OKLAHOMA �������������� 3301 F AVE CEN REC BLDG 506 DR 22 �������������� TINKER AFB, OK �������������� 73145-8000 ������������� �USA SHIP TO (REMARKS): SW3211 Duration of Contract Period: 3-Year Basic with One � 2-Year Option 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.� Part requires engineering source approval by the design control activity 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.� Current approved sources include: AEROKOOL AVIATION CORPORATION�� ������������������������� CAGE CODE: 1A821 AIRTRONICS���������������������������������������������������������� ��� ����������� CAGE CODE: 58078 BOEING��������������������������������������������������������������������������������� CAGE CODE: 18441 BOEING��������������������������������������������������������������������������������� CAGE CODE: 43999 GULF AEROSPACE��������������������������������������������������������������� CAGE CODE: 17475 TEXAS AEROSPACE��������������������������������������������� ��� ����������� CAGE CODE: 29242 THOMAS INSTRUMENT����������������������� ��� ��������������������������� CAGE CODE: 5H860 THOMAS INSTRUMENT������������������������������������������������������� CAGE CODE: 50LP4 WIPPANY ACTUATION SYSTEMS LLC�������������� ��������������� CAGE CODE: 81039 Export Control:� N/A Set-aside: Small Business NAICS: 336413 PSC/FSC: 1680 The Government intends to issue solicitation FA8118-24-R-0001 on or about 16 October 2023 with a closing response date of 20 November 2023 and estimated award date of on or about 5 December 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. Government is not responsible for misdirected or untimely requests. 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. Point of Contact: P. Michelle Prather, Contract Specialist, phaedra.prather@us.af.mil ������������������������������� � Jacqueline K. West, Contracting Officer, jacqueline.west@us.af.mil
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/a43b8ffd42c9474b874211307feac370/view)
 
Place of Performance
Address: USA
Country: USA
 
Record
SN06857873-F 20231014/231012230047 (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.