Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MARCH 22, 2025 SAM #8517
SOURCES SOUGHT

14 -- P89 Stage 1 Servo-Valve Refurbishment

Notice Date
3/20/2025 9:15:31 AM
 
Notice Type
Sources Sought
 
NAICS
332912 — Fluid Power Valve and Hose Fitting Manufacturing
 
Contracting Office
FA8206 AFSC PZAAA2 HILL AFB UT 84056-5825 USA
 
ZIP Code
84056-5825
 
Solicitation Number
FA8206-25-R-ServoValve
 
Response Due
4/6/2025 4:00:00 PM
 
Archive Date
04/21/2025
 
Point of Contact
Angel McKenzie, Contract Specialist, Phone: 8015863426, Angelina Kellett, Contracting Officer, Phone: 8017756891
 
E-Mail Address
angel.mckenzie.2@us.af.mil, angelina.kellett@us.af.mil
(angel.mckenzie.2@us.af.mil, angelina.kellett@us.af.mil)
 
Description
Notice Type: Sources Sought Synopsis Requirement Title: P89 Stage 1 Servo-Valve Refurbishment This is not a solicitation but rather a Sources Sought Synopsis to determine potential sources for information and planning purposes only. The purpose of this Sources Sought is to conduct market research to determine if responsible sources exist, to assist in determining if this effort can be competitive and/or a total Small Business Set-Aside. The proposed North American Industry Classification Systems (NAICS) is 332912, which has a corresponding Size standard of 1,000 employees. The Government will use this information to determine the best acquisition strategy for this procurement. The Government is interested in all small businesses to include 8(a), Service-Disabled Veteran- Owned, HUBZone, and Women-Owned small business concerns. The government requests that interested parties respond to this notice if applicable and identify your business size status to the identified NAICS code. Additionally, please provide any anticipated teaming arrangements, along with a description of similar services offered to the Government and to commercial customers for the past three years. Any responses involving teaming agreements should delineate between the work that will be accomplished by the prime and the work accomplished by the teaming partners. Responsible sources may submit a capability statement which shall be considered by the agency. Program Details: Repair of flight control system servo-valves (P/N C80876-001, NSN 1420-00-973-1170) within the Minuteman III Weapon System. NSN: 1420-00-973-1170 PSC: 1420 Manufacturer and Part Number: Manufacturer: Moog Part Number: C80876-001 Description of the Part/Work: The P89 Stage 1 flight control system servo-valves (P/N C80876-001, NSN 1420-00-973-1170) are critical components within the Minuteman III weapon system. Manufactured by Moog, these servo-valves precisely regulate hydraulic fluid direction and flow within the flight control unit actuators, directly impacting system performance. Currently, the government faces limitations in its ability to independently refurbish these complex components. This includes a lack of complete technical data rights, limited overhaul experience, and insufficient specialized equipment for comprehensive testing. The selected contractor will undertake the refurbishment of the P89 Stage 1 servo-valves. This comprehensive process encompasses receiving, disassembling, inspecting, testing, and repairing each unit and its subcomponents as needed. The objective is to restore each servo-valve to a serviceable, like-new condition, strictly adhering to the technical data outlined in the contract and Moog specifications. The contractor will also be responsible for determining the Beyond Economical Repair (BER) status of each servo-valve. In instances where a servo-valve is deemed BER, the government will provide a replacement unit for refurbishment, subject to availability. Specification and Qualification Requirements: The offeror is responsible for meeting all test and specification requirements detailed in the OEM technical data. It is important to note that the government currently relies on the offeror's compliance, as we do not possess the necessary data or testing facilities for independent verification. Quantity and Delivery Requirements: Quantity: 30 assets required. Unit of Issue: Each Destination: Hill AFB, UT 84056. Delivery Schedule (On or Before): Qty 2, OCT 2026 Qty 2, NOV 2026 Qty 2, DEC 2026 Qty 3, JAN 2027 Qty 3, FEB 2027 Qty 3, MAR 2027 Qty 2, APR 2027 Qty 2, MAY 2027 Qty 2, JUN 2027 Qty 3, JUL 2027 Qty 3, AUG 2027 Qty 3, SEP 2027 Contract Period: 1 year Technical Data Availability: The technical data required to respond to this solicitation must be obtained from the Original Equipment Manufacturer. Moog. Restrictions on Foreign Participation: Drawings are export controlled.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/454f5fae940e4a619d8e7f34d934d5be/view)
 
Place of Performance
Address: Hill AFB, UT, USA
Country: USA
 
Record
SN07380248-F 20250322/250320230054 (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.