MODIFICATION
16 -- C-135 Mechanical Transmission
- Notice Date
- 11/8/2018
- Notice Type
- Modification/Amendment
- NAICS
- 336413
— Other Aircraft Parts and Auxiliary Equipment 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
- FA8118-19-R-0008
- Archive Date
- 2/26/2019
- Point of Contact
- Lauren S. Gill, Phone: 4057344624, Tiffany M. Rodriguez, Phone: 405-734-1516
- E-Mail Address
-
lauren.gill@us.af.mil, tiffany.rodriguez.4@us.af.mil
(lauren.gill@us.af.mil, tiffany.rodriguez.4@us.af.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- *** THIS SOLICITATION IS SUSPENDED IMMEDIATELY. SOLICITATION WILL BE REPOSTED UPON INTERNAL ISSUE BEING RESOLVED. NEW RESPONSE DATE WILL BE ESTABLISHED AT THAT TIME.*** 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. The United States Air Force through Air Force Sustainment Center (AFSC), Tinker AFB 73145 is contemplating the remanufacture of C-135 Mechanical Transmission, NSN: 1680-00-621-0766FL. 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 with 1-year Base and four 1-year options is contemplated. The requirements set forth in this notice are defined per Purchase Request FD20301802018. Written response is required. Solicitation number: FA8118-19-R-0008 Estimated issue date: 5 November 2018 Estimated closing date: 5 December 2018 Estimated award date: 31 March 2019 Nonmenclature/Noun: C-135 Mechanical Transmission RMC/RMSC: R1/C Item 0001: Remanufacture of C-135 Mechanical Transmission without replacement of Ballscrew, Basic Year plus Four - 1-Year Options; NSN: 1680-00-621-0766FL P/N 5-84049-11; Applicable to C-135 aircraft for a best estimated quantity (BEQ) of 200 each/year. Function: Transmission Assembly transforms the rotary motion of the torque tubes into linear motion to the flaps. Dimensions: 8.0" h x 8.0" w x 13.32" l and weighs 23.6 lbs. Material: steel, aluminum, gears, shafts, etc. Delivery: 25 each ARO within 60 days followed by 25 each every 30 days thereafter, the later of delivery order or repairable. Early delivery is acceptable. Ship To: DLA Distribution Depot Oklahoma 3301 F Ave Cen Rec Bldg 506 DR 22 Tinker AFB, OK 73145-8000 Item 0002: Remanufacture of C-135 Mechanical Transmission with replacement of Ballscrew, Basic Year plus Four - 1-Year Options; NSN: 1680-00-621-0766FL P/N 5-84049-11; Applicable to C-135 aircraft for a best estimated quantity (BEQ) of 20 each/year. Function: Transmission Assembly transforms the rotary motion of the torque tubes into linear motion to the flaps. Dimensions: 8.0" h x 8.0" w x 13.32" l and weighs 23.6 lbs. Material: steel, aluminum, gears, shafts, etc. Delivery: 25 each ARO within 60 days followed by 25 each every 30 days thereafter, the later of delivery order or repairable. Early delivery is acceptable. Ship To: DLA Distribution Depot Oklahoma 3301 F Ave Cen Rec Bldg 506 DR 22 Tinker AFB, OK 73145-8000 Item 0003: Over and Above Item 0004: Data (Not Separately Priced) 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: Able Engineering CAGE CODE: 1QCB8 Airtronics, Inc. CAGE CODE: 58078 Derco Repair Services, Inc. CAGE CODE: 0B3Z4 Elite Aerospace, Inc. CAGE CODE: 1WFQ3 Kellstrom Repair Services, Inc. CAGE CODE: 1YUC5 Moog, Inc. CAGE CODE: 0UES3 Northwings Accessories Corp. CAGE CODE: 0LTUS Oxwell, Inc. CAGE CODE: 27976 Petras Air Works Industries, Inc. CAGE CODE: 01EV0 TAS CAGE CODE: 29242 The Boeing Company CAGE CODE: 81205 Thomas Instrument Inc. CAGE CODE: 5H860 Triumph Accessory Services CAGE CODE: 26101 United Dynamics CAGE CODE: 0XWR4 Set-aside: Small Business Set Aside The Government intends to issue solicitation FA8118-19-R-0008 on or about 4 November 2018 with a closing response date of 4 December 2018 and estimated award date of on or about 31 March 2019. This notice does not in itself represent the issuance of a formal request for proposal and is not intended to be taken as such. 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. 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.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/OCALCCC/FA8118-19-R-0008/listing.html)
- Record
- SN05147674-W 20181110/181108230902-d95d96146072d63e7ee20b228c281176 (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 |