Remanufacture of F-16 Leading Edge Flap PDU Assemblies
Process Number FD20302001842
Dates:
FD20302001842
Department/Ind. Agency:DEPT OF DEFENSE
Sub-tier:DEPT OF DEFENSE
Sub Command:FA8118 AFSC PZABB
Office:FA8118 AFSC PZABB
General Information:
(utc-06:00) central standard time, chicago, usa
Updated Published Date:(utc-06:00) central standard time, chicago, usa
Original Published Date:0000-00-00 00:00:00
Original Response Date:feb 10, 2022 03:00 pm cst
Inactive Policy:manual
Original Inactive Date:mar 10, 2022
Initiative:- None***--***
Classification:
1650 - aircraft hydraulic, vacuum, and de-icing system components
NAICS Code:336413 - other aircraft parts and auxiliary equipment manufacturing
Description:
All questions regarding this notice and requirement are to be submitted in writing via E-mail to the point(s) of contact specified herein. 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. The United States Air Force through Air Force Sustainment Center (AFSC), Tinker AFB 73145 is contemplating the Remanufacture of F-16 Leading Edge Flap PDU Assemblies (Block 40 and 50); END ITEM RECEIVED AS END ITEM TO BE DELIVERED AS END ITEM NUMBER NSN / PART NUMBER NSN / PART NUMBER 001 1650-01-340-6328 / 16M002-821 1650-01-340-6328 / 16M002-821 002 1650-01-279-1087 / 16M002-813 1650-01-340-6328 / 16M002-821 003 1650-01-306-1268 / 16M002-815 1650-01-340-6328 / 16M002-821 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. A firm fixed price five year requirements type contract is contemplated with the duration of - Contract Period: One Basic Year with four - 1 Year Options. The requirement set forth in this notice are defined per Purchase Request FD20302001842 as follows: Best Estimated Quantity: Line 0001 Re-manufacture of NSN: 1650-01-340-6328 10 ea per year (Total: 50) Delivery: 2 each every 90 calendar days. Early delivery is acceptable. Line 0002 Re-manufacture of NSN: 1650-01-279-1087 5 ea per year (Total: 25) Delivery: 2 each every 90 calendar days. Early delivery is acceptable. Line 0003 Re-manufacture of NSN: 1650-01-306-1268 5 ea per year (Total: 25) Delivery: 2 each every 90 calendar days. Early delivery is acceptable. Line 0004 Over and Above - TBN Line 0005 Data and Reports – NSP Ship To: TBD Qualification Requirements: Qualification requirements DO 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. Current approved sources include: MOOG Inc. CAGE CODE: 0ZWK8 Lockheed Martin Corporation CAGE CODE: 81755 Export Control: Not Applicable. Set-aside: Not Applicable. NAICS: 336413 (Other Aircraft Parts and Auxiliary Equipment Manufacturing) PSC/FSC: 1650 The Government intends to issue a solicitation in FEB 2022 with an estimated award date of on or about 7 MAY 2022. 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. 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. No telephone requests. Point of Contact: Jacqueline West @ jacqueline.west@us.af.mil
Attachments / Links:
| Document | Size | Updated date | Download |
|---|
Contact Information:
CP 405 739 2048 3001 STAFF DR STE 1AC4 99A
TINKER AFB , OK 73145-3303
USA
Primary Point of Contacts:Jacqueline K West