Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF DECEMBER 12, 2024 SAM #8416
SOLICITATION NOTICE

J -- C-5 Visor Door Actuator Overhaul

Notice Date
12/10/2024 12:54:52 PM
 
Notice Type
Presolicitation
 
NAICS
811210 —
 
Contracting Office
FA8538 AFSC PZAAB ROBINS AFB GA 31098-1670 USA
 
ZIP Code
31098-1670
 
Solicitation Number
FA8538-25-R-0003
 
Response Due
12/27/2024 2:00:00 PM
 
Archive Date
01/11/2025
 
Point of Contact
Caiveon Thomas
 
E-Mail Address
caiveon.thomas@us.af.mil
(caiveon.thomas@us.af.mil)
 
Description
C-5 Visor Door Actuator Overhaul The Air Force has a requirement for overhaul of the C-5 Visor Door Actuator (VDA) for use by the United States Air Force (USAF) in support of the C-5 Galaxy cargo aircraft. Notice ID: FA8538-25-R-0003 This Synopsis for the requirement is being issued by AFSC/PZAAB (FA8538) NSN: 1680-00-402-9812 Noun: ACTUATOR,MECHANICAL Synopsis is for issuance of a Firm-Fixed Price/Indefinite Delivery Indefinite Quantity (IDIQ) type Request for Proposal (RFP), FA8538-25-R-0003, for depot-level overhaul/remanufacture services applicable to the C-5 VDA for use by the USAF in support of the C-5 Galaxy cargo aircraft. C-5M Visor Door Actuator Overhaul of this complex design requires strict control of processes to ensure adherence to very close tolerances. Due to the unique application and Critical Safety Item designation of the visor door actuator, special equipment is required to test the final repaired item and ensure its flight worthiness. Brake, load, and functional testing are required to ensure the visor actuator will not fail in use. The FFP/IDIQ contract is planned for 5-years in length utilizing Delivery Protection Program (DPP) Competitive procedures: The first two (2) years for both the currently approved and qualified source completing the Mission Essential Quantity (MEQ) overhaul repairs, and for pre-production from a potential source. The remaining three (3) years to the proven qualified source. The projected period of performance for this requirement is anticipated as follows: Basic (2-years) to the proven source: Basic 1 - MEQ Min/Max Qty: 1 / 12 Basic Option Year 2 - MEQ Min/Max Qty: 1 / 12 Pre-Production to the unproven source: 1/2 Option 1 (1 year) - Production Option Min/Max Qty: 1 / 12 Option 2 (1 year) - Production Option Min/Max Qty: 1 / 12 Option 3 (1 year) - Production Option Min/Max Qty: 1 / 12 This acquisition will be Full and Open Competition utilizing Delivery Protection Program (DPP) Competitive procedures. The proven source will be awarded an IDIQ type contract for the first two (2) years to complete MEQ Quantities, with a potential of three (3) Option Years. If an unproven source is the lowest offeror, the Government will also award an IDIQ type contract with Pre-Production and Production Options. Period of Performance is anticipated to begin July 2025 for a period of 5 years (FY25 - FY30).
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/3f7cfb60134447e4af2789e442cbf953/view)
 
Place of Performance
Address: Warner Robins, GA 31098, USA
Zip Code: 31098
Country: USA
 
Record
SN07286883-F 20241212/241210230105 (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.