SOLICITATION NOTICE
16 -- Remanufacture of B-1B Oxygen Cylinder Assemblies and Flow Regulating Valve
- Notice Date
- 9/9/2019
- Notice Type
- Presolicitation
- 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-0063
- Archive Date
- 11/29/2019
- Point of Contact
- Welth Cooper, Phone: 405-739-5510
- E-Mail Address
-
welth.cooper@us.af.mil
(welth.cooper@us.af.mil)
- Small Business Set-Aside
- N/A
- Description
- The United States Air Force through Air Force Sustainment Center (AFSC), Tinker AFB 73145 is contemplating the Remanufacture of B-1B Oxygen Cylinder Assemblies and Flow Regulating Valve. 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 Indefinite Delivery Indefinite Quantity (IDIQ) type contract is contemplated with a three-year period of performance. The requirements set forth in this notice are defined per Purchase Request FD2030-18-03073 as follows: Written response is required. Item 0001: Cylinder Assembly, three-year period of performance; NSN: 1660-01-214-9800 BO P/N 8210031-401; Applicable to B-1B aircraft for a minimum of 15 each and maximum of 48 each. Item 0002: Cylinder Assembly, three-year period of performance; NSN: 1660-01-214-9801 BO P/N 8210031-402; Applicable to B-1B aircraft for a minimum of 15 each and maximum of 42 each. Item 0003: Flow Regulating Valve, three-year period of performance; NSN: 4820-99-740-1368 BO P/N 8920024-1; Applicable to B-1B aircraft for a minimum of 45 each and maximum of 105 each. Item 0004: Over and Above. To be negotiated. Item 0005: Data (Not Separately Priced) Function NSN 1660-01-214-9800 BO: The Cylinder Assembly is used to provide emergency oxygen supply to user in the event of loss of primary oxygen source and in event of egress from aircraft. Dimensions: 15.4900" h x 2.5000" w x 15.4900" l and weighs 2.80 lbs. Material: Multiple metal and rubber Components. Delivery NSN 1660-01-214-9800 BO: 19 each 195 days after receipt of order (ARO) and reparable units. Early delivery is acceptable. Function NSN 1660-01-214-9801 BO: The Cylinder Assembly is used to provide an emergency source of oxygen in the event of failure of the oxygen system. Dimensions: 2.3500" h x 2.3500" w x 15.4900" l and weighs 2.800 lbs. Material: Metals (steel, aluminum), rubber and plastic. Delivery NSN 1660-01-214-9801 BO: 15 each 195 days after receipt of order (ARO) and reparable units. Early delivery is acceptable. Function NSN 4820-99-740-1368 BO: The Flow Regulating Valve is used to provide a reduced pressure for operating the supply air to the B-1 oxygen concentrator OBOGS. Dimensions: 2.50" h x 2.50" w x 3.00" l and weighs 1.0 lbs. Material: Metal and rubber parts. Delivery NSN 4820-99-740-1368 BO: 33 each 210 days after receipt of order (ARO) and reparable units. Early delivery is acceptable. Ship To: SW3211 DLA DISTRIBUTION DEPOT OKLAHOMA 3301 F AVE CEN REC BLDG 506 DR 22 TINKER AFB, OK 73145-8000 USA Verify 'Ship To' location with the Production Management Specialist (PMS) prior to any shipments of serviceable assets. Duration of Contract Period: 3 Year Indefinite Delivery Indefinite Quantity Contract Current Approve Sources include: CARLETON TECHNOLOGIES INC CAGE CODE: 04577 In order to receive any technical data related to this acquisition, offerors must send an email request to Welth Cooper at Welth.Cooper@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 sole source requirement to approved Large Business: CARLETON TECHNOLOGIES INC CAGE CODE: 04577 The RMC is R3/D. Set-aside: N/A The Government intends to issue solicitation FA8118-19-R-0063 on or about 25 September 2019 with a closing response date of 25 October 2019 and estimated award date of on or about 29 December 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. 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 Not applicable. 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
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/OCALCCC/FA8118-19-R-0063/listing.html)
- Record
- SN05437057-W 20190911/190909231127-6a6b357d95120f9554b64d0310b93c14 (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 |