SOLICITATION NOTICE
16 -- AFREP Aircraft Parts and Auxiliary Equipment Repair
- Notice Date
- 1/2/2025 3:13:00 PM
- Notice Type
- Solicitation
- NAICS
- 336413
— Other Aircraft Parts and Auxiliary Equipment Manufacturing
- Contracting Office
- FA9301 AFTC PZIO EDWARDS AFB CA 93524-1185 USA
- ZIP Code
- 93524-1185
- Solicitation Number
- FA930125Q0003
- Response Due
- 1/17/2025 4:00:00 PM
- Archive Date
- 02/03/2025
- Point of Contact
- Elsa N Ortiz Aguilar, Phone: 6612779554, Eric Romero, Phone: 6612779618
- E-Mail Address
-
elsa.ortiz_aguilar@us.af.mil, eric.romero.11@us.af.mil
(elsa.ortiz_aguilar@us.af.mil, eric.romero.11@us.af.mil)
- Small Business Set-Aside
- SBA Total Small Business Set-Aside (FAR 19.5)
- Description
- The United States Air Force through Air Force Repair Enhancement Program (AFREP) Edwards AFB 93524 is soliciting a 5-year BPA for multiple NSNS on multiple Aircraft platforms reference Atch 1. Multiple awards for a firm fixed price Blanket Purchase Agreement (BPA) type contract is contemplated. Interested contractors shall review the solicitation and any supporting documents in its entirety and fill out the SF1449 and Atch 1 and return it to the points of contact list below. The requirements set forth in this notice are defined as follows: Written response is required reference SF1449 and Atch 1 pricing per unit and capability (Yes or No) . Potential sources that are capable of providing the repair or refurbish of various aircraft parts to include, but not limited to the following platforms A-10, B-1, B-2, B-52, C-130, C-135, C-141, C-17, C-5, F-117, F-15, F-16, F-18, F-22, T-38. The contractor must abide by AFI 21-101 (ACC Supplement) (REF: AFI Para 11.36 � 11.36.6). Dimensions: Each Item is different in shape and size, please reference Atch 1 for additional information. Delivery: 30 days ARO, but will vary due to the many parts listed, the exact number of days to delivery will be agreed upon once a call/order is placed. Ship To: Shipping instructions will be provided by the cognizant program manager prior to any shipments of serviceable assets. Duration of Contract Period: 5 Year BPA Qualification Requirements: QUALIFICATION REQUIREMENTS APPLY. Offerors shall meet all required certifications necessary to work on the parts listed in Atch 1, any offeror that �DOES NOT� meet Federal Aviation Administration (FAA) certifications will not be evaluated for a BPA award. Offerors shall also be able to service 90% or more of all the listed parts. Any offer that �DOES NOT� demonstrate the capability to repair/remanufacture 90% or more of the parts shall be considered unresponsive. Award will be based on meeting our requirements and will not be delayed pending certification or qualification of additional sources. Existing unique design capability, engineering skills, and manufacturing knowledge by the qualified source(s) are required for this requirement. Export Control: N/A This is a competitive solicitation open to all qualified contractors holding the necessary tools, qualifications, facilities and experience in these types of repair/remanufacturing of the listed parts in Atch. 1. Set-aside: 100% Small Business The Government intends to issue solicitation FA9301-25-Q-0003 on or about 19 December 2024 with a closing response date of 17 January 2025 04:00 PM PST and estimated award date of on or about 31 January 2025. When submitting an offer ensure your capability statement, experience and certifications are provided with your quotation, all information submitted shall be considered when determining who will be awarded BPAs. BPAs will be award to the lowest offer who hold all required certifications and who have the most qualified experience. The Government intend to award no more than 3 BPAs but reserves the right to award a single BPA if there is only one responsive vendor. All questions regarding this notice are to be submitted in writing via E-mail no later than 6 Jan 2025, noon, PST. 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 Tech Orders (TO): The Government does not possess a T.O. of remanufacture procedures for these items, it will be the responsibility of each contractor to attain necessary tech orders if applicable. Electronic procedures will be used for this solicitation. No telephone requests. Only written or emailed requests received directly from the requestor are acceptable. Please submit any questions or offers to Elsa Ortiz Aguilar at elsa.ortiz_aguilar@us.af.mil and Eric Romero at eric.romero.11@us.af.mil no phone calls.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/c9ffa1780904467c86427c8d15ecc220/view)
- Place of Performance
- Address: Edwards, CA 93524, USA
- Zip Code: 93524
- Country: USA
- Zip Code: 93524
- Record
- SN07304072-F 20250104/250102230054 (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 |