Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MARCH 02, 2018 FBO #5943
SOLICITATION NOTICE

16 -- REMANUFACTURE OF F-16 Hydraulic Drive Unit

Notice Date
2/28/2018
 
Notice Type
Presolicitation
 
NAICS
336413 — Other Aircraft Parts and Auxiliary Equipment Manufacturing
 
Contracting Office
DEPARTMENT OF THE AIR FORCE; 3001 STAFF DR STE 1AC4 99A; TINKER AFB; OK; 73145
 
ZIP Code
73145
 
Solicitation Number
FA8118-18-R-0029
 
Response Due
3/14/2018
 
Archive Date
6/12/2018
 
Point of Contact
Scott van Houten, Phone 405-739-2318, Fax - -, Email scott.van_houten@us.af.mil
 
E-Mail Address
Scott van Houten
(scott.van_houten@us.af.mil)
 
Small Business Set-Aside
N/A
 
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. 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. Offerors must specify whether they are a U.S. or foreign-owned firm. In accordance with FAR 5.207(c)(16)(ii), when using the sole source authority at 6.302-1, all responsible sources may submit a capability statement, proposal, or quotation, which shall be considered by the agency. The United States Air Force through Air Force Sustainment Center (AFSC), Tinker AFB 73145 is contemplating to procure the REMANUFACTURE/UPGRADE OF THE F-16 HYDRAULIC DRIVE UNIT, NSNs: 1650-01-261-8078 and 1650-01-308-0839. The Contractor shall provide all material, support equipment, tools, test equipment, and services to complete the remanufacture/upgrade. 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 Requirements type contract is contemplated. The requirements set forth in this notice are defined per Purchase Request FD2030-17-00607. Solicitation number: FA8118-18-R-0029 Estimated issue date: 15 March 2018 Estimated closing date: 14 May 2018 Estimated award date: 14 August 2018 Nomenclature/Noun: Hydraulic Drive Unit NSN: 1650-01-261-8078 and 1650-01-308-0839 RMC / RMSC: R3/R 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 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 Manufacturer / PN: 2048666-1-1 and 2048666-1-2 Function: Rotary gear mechanical portion and two hydraulic motors converting hydraulic pressure into mechanical force. Dimensions: 17.00" h x 18.5" w x 32.5" l and weighs 71.75 lbs. Material: Aluminum alloy, Steel History: Moog, Inc. (94697) LB, FA8118-13-D-0033 NAICS: 336413 Item, Quantity, Delivery: L/I 0001: Remanufacture/upgrade of F-16 Hydraulic Drive Unit, Basic Year plus Four - 1 Option Years; NSN: 1650-01-261-8078 P/N 2048666-1-1 and NSN: 1650-01-308-0839 P/N 2048666-1-2; Applicable to F-16 aircraft for a best estimated quantity (BEQ) of 8 each/year. Quantity: 8 EA (BEQ) Delivery: 2 EA per month, 30 days after receipt of order (ARO) and reparable units. Early delivery is acceptable. L/I 0002: Over and Above; 1 LT; TBN L/I 0003: Data and Reports; 1 LT; NSP Destination: To Be Determined Ship To: Shipping instructions will be provided by the Production Management Specialist (PMS) prior to any shipments of serviceable assets. Duration of Contract Period: Basic Year with Four - 1 Year Options Set-aside: N/A UID: If unit price of item (not repair cost) exceeds $5,000, then UID requirements will apply. Please see DFARS 252.211-7003 for further requirements for UID marking. Export Control: Offerors are REQUIRED to be "EXPORT CONTROL CERTIFIED" in order to receive and view the drawings and/or technical orders for this solicitation. If your company intends to become Export Control Certified, you may visit https://public.logisticsinformationservice.dla.mil/jcp/search.aspx for registration. Contractors receiving technical data shall be in compliance with DoDI 5230.24. The only contractors who may participate are those that are certified and registered with the Defense Logistics Information Service (DLIS) (1-800-352-3572) and have a legitimate business purpose. In order to receive any technical data related to this acquisition, offerors must be registered with Federal Business Opportunities (FedBizOpps) www.FBO.Gov. Requests for data are to be submitted to ocalc.lgldo.public@us.af.mil for Drawings and directly to the PCO and/or buyer for Technical Orders (TOs). The request shall be on company letterhead and include the applicable solicitation number and the specific data needed (e.g. TO number, drawing number). The request must be accompanied by a copy of the current and approved DD Form 2345. The form, including instructions for completing the form is available on the DLIS website at: https://public.logisticsinformationservice.dla.mil/jcp/search.aspx. The Government is not responsible for misdirected or untimely requests. Electronic procedures will be used for this solicitation. 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. 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.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/OCALCCC/FA8118-18-R-0029/listing.html)
 
Record
SN04838603-W 20180302/180228231827-a1020d0b3d017e5d42a4059d3897d303 (fbodaily.com)
 
Source
FedBizOpps Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO 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.