Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF DECEMBER 21, 2023 SAM #8059
SOLICITATION NOTICE

16 -- Remanufacture of B-1B Electro-Mechanical Actuator

Notice Date
12/19/2023 11:33:53 AM
 
Notice Type
Presolicitation
 
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
FD20302300007
 
Response Due
1/3/2023 12:00:00 PM
 
Archive Date
04/29/2024
 
Point of Contact
Matthew Churchwell, Phone: 4055824184, Jacqueline West, Phone: 4057362431
 
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
The United States Air Force through Air Force Sustainment Center (AFSC), Tinker AFB 73145 is contemplating the Remanufacture of B-1B Electro-Mechanical Actuator.� 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 3-year basic and 1-two year option.� The requirements set forth in this notice are defined per Purchase Request FD2030-23-00007 as follows: Written response is required. Item 0001: Electro-Mechanical Actuator, 3-Year basic plus 1-Two year Option; NSN: 1680-01-182-6354RK P/N R15036/1; Applicable to B-1 aircraft for a best estimated quantity (BEQ) of 3-Year basic � 15 each and 2-Year Option � 10 each. Item 0002: Electro-Mechanical Actuator, 3-Year basic plus 1-Two year Option; NSN: 1680-01-287-2571RK P/N R1697M1/1; Applicable to B-1 aircraft for a best estimated quantity (BEQ) of 3-Year basic � 30 each and 2-Year Option � 20 each. Item 0003: Over and Above. To be negotiated. Item 0004: Data (Not Separately Priced) NSN: 1680-01-182-6354RK: Function:� Ram air exhaust door Actuator is used to operate the ECS Avionics Bay on the B-1B. Dimensions:� 4.00� h x 8.30� w x 12.50� l and weighs 4.30 lbs.� Material:� Steel and Aluminum Alloy, Metal and Electrical Components. Delivery:� 3 each, every month beginning 30 days after receipt of order (ARO) and reparable units.� Delivery 3 each, every 30 days thereafter; until production is complete.� Early delivery is acceptable. Ship To:� DLA Distribution Depot Oklahoma � � � � � � � �3301 F Ave. Cen Rec Bldg. 506 Dr. 22 � � � � � � � �Tinker AFB, OK, 73145-8000 NSN:� 1680-01-287-2571RK: Function:� The function of the actuator is to operate a valve which controls the engine output flow. Dimensions:� 14.50� h x 14.50� w x 20.50� l and weighs 19.3 lbs.� Material:� Steel and Metal, Aluminum Alloy and Electrical Components. Delivery:� 3 each, every month beginning 30 days after receipt of order (ARO) and reparable units.� Delivery 3 each, every 30 days thereafter; until production is complete.� Early delivery is acceptable. Ship To:� DLA Distribution Depot Oklahoma � � � � � � � �3301 F Ave. Cen Rec Bldg. 506 Dr. 22 � � � � � � � �Tinker AFB, OK, 73145-8000 Duration of Contract Period: 5 Year Requirements Contract (3-Year Basic Year with 1 � Two-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 and Jacqueline West at jacqueline.west@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 solicitation FA8118-24-R-0011 on or about 10 January 2023 with a closing response date of 15 February 2024.� 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/ ����������� TITLE/REVISION AND/OR OTHER � � � � � � � � � � � � � � � � � � � �TO NUMBER� � � � � � � � � � � � � � � � � � � � � DIRECTIVES (AFTO FORM 252) R1697M1-1������������������ 16A1-5-9-3 Dated 15Jul22�������������������� Overhaul instruction with IPB R15036-1��������������������� 8A1-36-9-3 Dated 15Oct19������������������� Overhaul Instructions with IPB 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 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/99d55b8e9970401e9c33773b5c8daa0a/view)
 
Place of Performance
Address: USA
Country: USA
 
Record
SN06917036-F 20231221/231219230051 (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.