Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JUNE 05, 2020 SAM #6763
SOLICITATION NOTICE

16 -- Remanufacture of the B-1B Uplock Assembly, Landing Gear, NSN: 1620-01-179-1649EK, PN: L3300033-021

Notice Date
6/3/2020 6:06:39 AM
 
Notice Type
Presolicitation
 
NAICS
336413 — Other Aircraft Parts and Auxiliary Equipment Manufacturing
 
Contracting Office
FA8118 AFSC PZABB TINKER AFB OK 73145-3303 USA
 
ZIP Code
73145-3303
 
Solicitation Number
FA811820R0042
 
Archive Date
12/31/2020
 
Point of Contact
SCOTT W. VAN HOUTEN, Phone: 4057392318, Russell Watson, Phone: 4057395457
 
E-Mail Address
scott.van_houten@us.af.mil, russell.watson.5@us.af.mil
(scott.van_houten@us.af.mil, russell.watson.5@us.af.mil)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
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. All responsible sources may submit a bid, proposal, or quotation which shall be considered by the agency. This acquisition will be awarded using price only procedures (awardee must be a qualified source at the time of award). The United States Air Force through Air Force Sustainment Center (AFSC), Building 3001/Suite 1AC1 99A, Tinker AFB 73145 is contemplating Remanufacture of the B-1B Uplock Assembly, Landing Gear, NSN: 1620-01-179-1649EK. The contractor shall provide all labor, facilities, equipment and all material to accomplish the repair. The work encompasses the functional test, disassembly, cleaning, inspection, maintenance, re-assembly, testing, and finishing actions required to return the end item to a serviceable condition in accordance with the solicitation requirements and all attachments.� The requirements set forth in this notice are defined IAW Purchase Request FD20301902153-00. Duration of Contract Period: A Firm Fixed Price, 5-year Requirements type contract with one basic year and four 1-year option years is contemplated Small business set-aside is applicable to this requirement. Estimated issue date: 18 Jun 2020*; estimated closing/response date: 18 Jul 2020*. � *These dates are subject to change. Solicitation will be posted to FBO and attached to this synopsis when it is issued. Closing/response date will be noted on the solicitation. � PR number: FD2030-19-02153. Solicitation number: FA8118-20-R-0042. � Service/Spare/Repair/OH: Remanufacture. � AMC/RMC: RMC R2/C � Five year Indefinite Delivery Requirements contract will be solicited. � Item/Description: � CLIN 0001: B-1B, UPLOCK ASSEMBLY, Landing Gear, NSN: 1620-01-179-1649EK, P/N: L3300033-021, Length: 28 inches, Width: 8 inches, Height: 11 inches, Weight: 32.8 �pounds, Material: Aluminum Alloy, Steel, Function: The landing gear uplock assembly, is a hydraulically powered double overcenter toggle type lock. The uplock assembly consists of a hook assembly, a bellcrank, an arm assembly, link assembly, cylinders, and two upstops. OEM = Boeing. � Best Estimated Quantities: � CLIN 0001: Basic Yr. BEQ 3 ea. Opt. Yr. 1 BEQ 3 ea. Opt. Yr. 2 BEQ 3 ea. Opt. Yr. 3 BEQ 3 ea. Opt. Yr. 4 BEQ 3 ea. � CLIN 0002: Over and Above: To Be Negotiated (TBN). � CLIN 0003: Data: Not Separately Priced. � Application: B-1B aircraft platform. � Destination: To Be Determined (TBD), shipping instructions will be provided by the Production Management Specialist (PMS) prior to any shipments of serviceable assets. � Delivery: � CLIN 0001: 3 each, 180 days after receipt of order (ARO) and/or reparable (whichever is later). � Qualification Requirements DO apply. � Currently Qualified sources: The Boeing Company����� 43999 ����������������������������������������������Texas Aero��������������������� �29242 ��������������������������������������������� Thomas Instrument ������� 5H860 ����������������������������������������������United Dynamics������������ 0XWR4 � Small business set-aside is applicable to this requirement. � NAICS: 336413 � Export Control: 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 http://www.dlis.dla.mil/jcp 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: http://www.dlis.dla.mil/jcp.� The Government is not responsible for misdirected or untimely requests. � UID Note to Contractor: UID marking is required. � Based upon market research, the Government is not 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. � Applicable Tech Orders: In order to receive any technical data related to this acquisition, offerors must request the info from the Buyer.� The request shall 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 misdirected or untimely requests. � Specific Technical Order: 4A4-36-2. � Electronic Email procedures will be used for this solicitation. � 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 Ombudsman at (405) 736-3273. DO NOT CALL THIS NUMBER FOR SOLICATION REQUESTS. Note: Faxed solicitation requests can be submitted to AFSC/PZABB, Tinker AFB OK 73145 at FAX NUMBER (405) 739-4417. � Points of Contact: � Scott van Houten; Phone: 405-739-2318; Email: scott.van_houten@tinker.af.mil Russell Watson; Phone 405-739-5457; Email: russell.watson.5@tinker.af.mil
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/d81f6fc7ba5345858eae14406b1e2aec/view)
 
Place of Performance
Address: USA
Country: USA
 
Record
SN05678953-F 20200605/200603230150 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

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