MODIFICATION
J -- C-5 Visor Door Actuator Overhaul
- Notice Date
- 2/4/2025 10:08:32 AM
- Notice Type
- Solicitation
- 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
- 3/21/2025 2:00:00 PM
- Archive Date
- 04/05/2025
- Point of Contact
- Caiveon Thomas
- E-Mail Address
-
caiveon.thomas@us.af.mil
(caiveon.thomas@us.af.mil)
- Description
- Request For Proposal (RFP): C-5 Visor Door Actuator This Request For Proposal (RFP) is full and open competition utilizing Delivery Protection Program (DPP) competitive procedures. The Government owns the technical data package. This RFP (FA8538-25-R-0003) is for a Firm-Fixed Price (FFP), Indefinite Delivery Indefinite Quantity (IDIQ) type contract for depot-level overhaul/remanufacture (overhaul) services applicable to the C-5 Visor Door Actuator for use by the USAF in support of the C-5 Galaxy cargo aircraft. The contract is anticipated to include two (2) 12-month Ordering Periods and three (3) annual Option Years, and is for the overhaul of the following item: NSN: 1680-00-402-9812 UC Noun: C-5 Visor Door Actuator Part Number: 10360-2 (4F90005-109A) The Visor Door Actuator and motor are C-5 aircraft specific and integrated in order to work harmoniously together in the opening and closing of the forward visor and is a safety critical item. The anticipated overhaul service will provide serviceable assets to meet quarterly demand for Air Force Field Level requirements and C-5 Programmed Depot Maintenance (PDM). The C-5 Visor Door Actuator will support C-5 aircraft until anticipated retirement in 2040. The FFP/IDIQ contract is anticipated for 5-years in length utilizing DPP Competitive procedures: The DPP is a contractual vehicle which provides the Contracting Officer a means of competing the maximum practical quantity of a requirement while also mitigating risk. The objective of the DPP is to obtain the best possible price and performance while mitigating risk by allowing new unqualified sources to submit a proposal on complex or critical items requiring pre-production unit approval, ensuring the new source can furnish a product that conforms to all requirements for acceptance. Qualified Source: Offerors which have previously successfully demonstrated the ability to overhaul the Trunnion Bearing. Qualified Sources shall provide a proposal on all BID B CLINs of the RFP, to include the Beyond Economical Repair (BER) CLINs. Unqualified Source: Offerors which have the capability to perform the overhaul/remanufacture and will be evaluated through, but not limited to, pre-production units to potentially become a Qualified Source. Unqualified Sources shall provide a proposal on all BID A CLINs of the RFP, to include the Beyond Economical Repair (BER) CLINs. Interested parties shall be registered in the Joint Certification Program and approved to view Export Control, and shall submit evidence of their certification in order to obtain the associated technical data packages. To obtain copies of the bidset documents, an interested vendor shall be registered in the Joint Certification Program (JCP). Interested vendors are to request copies of the bidsets by providing their CAGE number to both Caiveon Thomas (caiveon.thomas@us.af.mil) and Deb Manly (deborah.manly@us.af.mil) to verify registration in JCP. Upon verification, bidset zip files will be sent via the ""DOD Safe"" website. To become registered in the JCP, interested vendors can do so at the website: https://www.dla.mil/HQ/LogisticsOperations/Services/JCP ATTACHMENTS: Attachments are included and may be downloaded within the attachments section of this solicitation notice on SAM.gov. Unqualified Sources shall download the �Source Pre-Qualification Requirements.pdf� for information and instructions related to pre-qualification - this document does not comprise all of the pre-qualification requirements...please also see the PWS, CDRLs, and bidset documents. Questions will ONLY be received via E-mail. Phone calls and voice mails will not be accepted. All questions will be compiled and answered via an Adobe .pdf document included within the attachments area of this solicitation notice on SAM.gov and titled ""Q and A for FA8538-25-R-0003"". All communication and/or questions MUST be sent via email to BOTH of the individuals listed below: TO: Caiveon Thomas: caiveon.thomas@us.af.mil TO or CC: Deborah Manly: deborah.manly@us.af.mil Completed Request For Proposal (RFP) is due 5:00 PM EST, 22 March 2025
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/18d75fba58ed4c989ff1d20387dd505c/view)
- Place of Performance
- Address: Warner Robins, GA 31098, USA
- Zip Code: 31098
- Country: USA
- Zip Code: 31098
- Record
- SN07331604-F 20250206/250204230028 (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 |