Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MARCH 21, 2025 SAM #8516
SOLICITATION NOTICE

16 -- Remanufacturing of T-38 Defog Flow Control and T-38 Cabin Temperature Control Valve

Notice Date
3/19/2025 8:27:44 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
FD20302500503
 
Response Due
4/2/2025 12:00:00 PM
 
Archive Date
04/17/2025
 
Point of Contact
Nonika Allen, Morgan Mcgarity
 
E-Mail Address
nonika.allen.1@us.af.mil, morgan.mcgarity@us.af.mil
(nonika.allen.1@us.af.mil, morgan.mcgarity@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 Sustainment Center (AFSC), Tinker AFB 73145 is contemplating the Remanufacturing of T-38 Defog Flow Control and T-38 Cabin Temperature Control Valve. The contractor shall provide all labor, facilities, equipment and all material to accomplish remanufacturing . Remanufacturing of the T-38 Defog Flow Control and T-38 Cabin Temperature Control Valve shall meet all requirements defined by the Statement of Work (SOW). This item has qualification requirements which a prospective vendor must satisfy. A firm fixed price, 5-year Requirements type contract is contemplated, consisting of 1 - three-year basic ordering period and 1 - two-year option period. The requirements set forth in this notice are defined per Purchase Request FD20302500503 as follows: Written response is required. Item 0001: Remanufacture of NSN 4810-00-887-3289TP/ Part Number: 556102 3-Year Basic Estimated Quantity 54 2-Year Option Estimated Quantity 36 Item 0002: Remanufacture of NSN 1660-00-887-5320/ Part Number: 550897 3-Year Basic Estimated Quantity 108 2-Year Option Estimated Quantity 72 Item 0003 - Over and Above: To Be Negotiated (TBN) Item 0004 - Data: Not Separately Priced (NSP) Function: The defog flow control regulates airflow to the cockpit canopy and windshield to prevent accumulation of moisture and frost. Dimensions: 3.00� h x 2.00� w x 1.500� l and weighs .04190 lbs. Material: Aluminum, steel and various materials. Delivery: Deliver 4 ea. every 30 days ARO. Early delivery is acceptable Ship To: SW3211 Duration of Contract Period: 5-yr (1 three-year basic ordering period and 1 two-year option period) Qualification Requirements: QUALIFICATION REQUIREMENTS APPLY. Interested vendors that have not been previously qualified for this acquisition must submit a Source Approval Request (SAR) package to the Source Development, Small Business Office at 405-739-7243. As prescribed in FAR 9.202(e), the contracting officer need not delay a proposed award in order to provide a potential offeror with an opportunity to demonstrate its ability to meet the standards specified for qualification. Part requires engineering source approval by the design control activity in order to maintain the quality of the part. Existing unique design capability, engineering skills, and manufacturing knowledge by the qualified source(s) require acquisition of the part from approve sources. In order to receive any technical data related to this acquisition, offerors must send an email request to Nonika Allen at Nonika.allen.1@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 competitive requirement to approved Small Businesses. Set-aside: Set-Aside to approved Small Business NAICS: 336413 PSC/FSC: 1660/4810 The Government intends to issue solicitation on or about 8 April 2025 with a closing response date on or about 8 May 2025. 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 PART NUMBER REMAN MANUAL/TO NUMBER TITLE/REV. AND/OR OTHER DIRECTIVES (AFTO FORM 252) 550897 15E3-2-50-3 Overhaul Instructions With IPB Defog Flow Control 556102 15A2-3-41-3 Overhaul Instructions With IPB Cabin Temperature Control Valve 569039 8A1-14-18-3 Overhaul Instructions Rotary Electro- Mechanical Actuators 569039 8A1-14-18-4 IPB - Rotary Electro-Mechanical Actuator General Technical Orders TO NUMBER DATE TITLE 00-5-1 25 JAN 2021 AF TECHNICAL ORDER SYSTEM 00-5-3 11 AUG 2021 AF TECHNICAL ORDER LIFE CYCLE MANAGEMENT 00-35D-54 15 APR 2021 USAF DEFICIENCY REPORTING, INVESTIGATION AND RESOLUTION OTHER PUBLICATIONS FOR INFORMATION PURPOSES ONLY NOTE: These publications are for information purposes only. Air Force Manuals DOCUMENT NUMBER DATE TITLE AFI 23-101 12 OCT 2020 AIR FORCE MATERIAL MANAGEMENT AFMAN 23-122 26 OCT 2020 MATERIAL MANAGEMENT PROCEDURES DoD/Air Force Forms FORM NUMBER TITLE SF 364 REPORT OF DISCREPANCY SF 368 PRODUCT QUALITY DEFICIENCY REPORT DD250 MATERIAL INSPECTION AND RECEIVING REPORT DD1348-1A ISSUE RELEASE/RECEIPT DOCUMENT DD1574 SERVICEABLE TAG � MATERIAL DD1574-1 SERVICEABLE LABEL � MATERIAL DD1577-2 UNSERVICEABLE (REPAIRABLE) TAG � MATERIAL DD1577-3 UNSERVICEABLE (REPAIRABLE) LABEL � MATERIAL DD1577 UNSERVICEABLE (CONDEMNED) TAG � MATERIAL DD1577-1 UNSERVICEABLE (CONDEMNED) LABEL � MATERIAL DD1575 SUSPENDED TAG � MATERIAL DD1575-1 SUSPENDED LABEL � MATERIAL DD1694 REQUEST FOR VARIANCE (RFV) AFMC FORM 158 PACKAGING REQUIREMENT CONTRACTOR DOCUMENTS PART NUMBER DRAWING NUMBER TITLE AND DATE N/A N/A N/A 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. Point of Contact: Nonika Allen, Contract Specialist, Nonika.allen.1@us.af.mil Morgan McGarity, Contracting Officer, Morgan.mcgarity@us.af.mil
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/c9bb229284704b479b1f4b49462e8abf/view)
 
Place of Performance
Address: USA
Country: USA
 
Record
SN07377647-F 20250321/250319230049 (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.