SOLICITATION NOTICE
15 -- B-52 BYPASS DUTS REPAIR
- Notice Date
- 10/19/2018
- Notice Type
- Presolicitation
- NAICS
- 331315
— Aluminum Sheet, Plate, and Foil Manufacturing
- Contracting Office
- Department of the Air Force, Air Force Materiel Command, PK/PZ Tinker AFB, 3001 Staff Drive, Ste 1AG76A, Tinker AFB, Oklahoma, 73145-3015, United States
- ZIP Code
- 73145-3015
- Solicitation Number
- FA8119-19-R-0003
- Archive Date
- 12/31/2019
- Point of Contact
- Andrea L Greene, Phone: 405739-5460
- E-Mail Address
-
andrea.greene.2@us.af.mil
(andrea.greene.2@us.af.mil)
- Small Business Set-Aside
- N/A
- Description
- The United States Air Force through the Air Force Sustainment Center (AFSC) at the Oklahoma City Logistics Center (OC-ALC) is contemplating procuring repair/overhaul services of the B-52 Bypass Ducts The Line Item cited below is for a non-commercial, Firm Fixed Price (FFP), One Year Basic Contract with four, 1-year option consideration. This requirement is anticipated to be sole source. •1. Estimated Solicitation Issue Date & Estimated Closing/Response Date: 5 November 2018, Closes 3 December 2018 •2. RFP#: FA8119-19-R-0003 •3. PR#: FD2030-17-02960 •4. Nomenclature/Noun: Repair, B-52 Bypass Ducts •5. NSN : PN: 1560-00-775-3339FG 35-8271 1560-00-775-3340FG 35-8272 1560-00-775-3341FG 35-8275-1 1560-00-775-3342FG 35-8275-2 1560-00-795-4375FG 35-8270-501 1560-00-795-4376FG 35-8270-502 •6. RMC: R5/C •7. Application(Engine or Air Craft): B-52 Aircraft •8. History: Last awarded FA8119-14-D-0008 awarded 2 September 2014. •9. Description: B-52 Duct Assembly, Bleed Repair is 45.0"L x 12.0"W x 26.0"H and weighs 50.0lbs., and constructed with aluminum alloy skin, angles, brackets and fasteners. This item lower outboard engine turbofan left side bypass duct is an annular passage that allows some of a turbofan's airflow to bypass the engine core. •10. Total Line Item Quantity: This estimate is not a representation to an offeror or contractor that the estimated quantity will be required or ordered, or that conditions affecting requirements will be stable or normal. All estimates are Best Estimated Quantities (BEQ). L/I 0001- NSN:1560-00-775-3339FG Quantity: Basic Year BEQ -17 ea. Option Year 1 BEQ -17 ea. Option Year 2 BEQ -17 ea. Option Year 3 BEQ - 17 ea. Option Year 4 BEQ - 17 ea. 6 Month Extension BEQ- 6 ea. L/I 0002- NSN:1560-00-775-3340FG Quantity: Basic Year BEQ -16 ea. Option Year 1 BEQ -15 ea. Option Year 2 BEQ -17 ea. Option Year 3 BEQ - 16 ea. Option Year 4 BEQ - 16 ea. 6 Month Extension BEQ- 8 ea. L/I 0003- NSN:1560-00-775-3341FG Quantity: Basic Year BEQ -46 ea. Option Year 1 BEQ - 48 ea. Option Year 2 BEQ - 49 ea. Option Year 3 BEQ - 48 ea. Option Year 4 BEQ - 48 ea. 6 Month Extension BEQ- 24 ea. L/I 0004- NSN:1560-00-775-3342FG Quantity: Basic Year BEQ -24 ea. Option Year 1 BEQ -24 ea. Option Year 2 BEQ -26 ea. Option Year 3 BEQ - 25 ea. Option Year 4 BEQ - 25 ea. 6 Month Extension BEQ- 12 ea. L/I 0005- NSN:1560-00-795-4375FG Quantity: Basic Year BEQ -18 ea. Option Year 1 BEQ -16 ea. Option Year 2 BEQ -19 ea. Option Year 3 BEQ - 18 ea. Option Year 4 BEQ - 18 ea. 6 Month Extension BEQ- 9 ea. L/I 0006- NSN:1560-00-795-4376FG Quantity: Basic Year BEQ - 9 ea. Option Year 1 BEQ -10 ea. Option Year 2 BEQ -10 ea. Option Year 3 BEQ - 10 ea. Option Year 4 BEQ - 10 ea. 6 Month Extension BEQ- 5 ea. L/I 0007- Data NSP L/I 0008- Over & Above TBD •11. Delivery Schedule : Line Item 0001: Overhaul Deliver 1 unit(s) 2 EA every 45 calendar days. Early delivery is acceptable. Line Item 0002: Overhaul Deliver 1 unit(s) 1 EA every 45 calendar days. Early delivery is acceptable. Line Item 0003: Overhaul Deliver 1 unit(s) 3 EA every 45 calendar days. Early delivery is acceptable. Line Item 0004: Overhaul Deliver 1 unit(s) 3 EA every 45 calendar days. Early delivery is acceptable Line Item 0005: Overhaul Deliver 1 unit(s) 1 EA every 45 calendar days. Early delivery is acceptable. Line Item 0006: Overhaul Deliver 1 unit(s) 1 EA every 45 calendar days. Early delivery is acceptable. Line Item 0007: Data Deliver 1 unit(s) 1 NOT SEPERATELY PRICED Line Item 0008: Over and Above Deliver 1 unit(s) TO BE DETERMINED •12. Destination: SW3211 •13. Place of Contract Performance: Contractor's facility •14. UID Note to Contractor: If unit price exceeds $5,000.00 then UID requirements will apply. •15. Export Control : No •16. Qualification Requirements : For qualification information/source approval requests contact Source Development Office, AFSC/SB (405)739-2601. Award will be based on meeting our requirements and cannot be delayed pending qualifications of additional sources. •17. Mandatory Language : No telephone requests. Only written requests received directly from the requestor are acceptable. All responsible sources solicited may submit a bid, proposal, or quotation, which shall be considered. Note: 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. •18. Buyer Name, Phone # & E-mail Address : Andrea Greene (405) 739-5460 andrea.greene.2@us.af.mil
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/OCALCCC/FA8119-19-R-0003/listing.html)
- Place of Performance
- Address: Contractor's Facility, United States
- Record
- SN05129884-W 20181021/181019230440-64923e982844cb1b7f8bfee138ad236b (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 |