SOLICITATION NOTICE
53 -- B-1B Retaining Ring (NSN: 5325016543362)
- Notice Date
- 12/16/2025 1:24:08 PM
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 336413
— Other Aircraft Parts and Auxiliary Equipment Manufacturing
- Contracting Office
- FA8203 AFSC PZAAB HILL AFB UT 84056-5825 USA
- ZIP Code
- 84056-5825
- Solicitation Number
- FA820326Q0002
- Response Due
- 1/15/2026 12:00:00 PM
- Archive Date
- 01/30/2026
- Point of Contact
- Jayson Skow
- E-Mail Address
-
jayson.skow@us.af.mil
(jayson.skow@us.af.mil)
- Small Business Set-Aside
- NONE No Set aside used
- Description
- This is a combined synopsis/solicitation for commercial products prepared in accordance with FAR Part 12, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. Solicitation FA820326Q0002 is issued as a request for quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2025-06, published 1 Oct, 2025. The applicable NAICS Code is 336413; the PSC is 5325; and the Small Business Size Standard is 1250 employees. The Government requires a quantity of 84 wire retaining rings NSN 5325016543362 for B-1B aircraft. Delivery of all items is required within 337 days of the order to Hill AFB, Utah 84056. Early delivery is acceptable. The Government intends to issue a sole source solicitation/contract to Parker Meggitt Aircraft Landing Systems Corporation (CAGE: 0B9R9) as they are the sole owner of the data necessary to manufacture these items and will not distribute this data to any other vendors. However, any responsible source may submit a capability statement, and quotation, which shall be considered by this agency. A response must include: The firm�s active CAGE code. A completed copy of the provision at 52.212-3, Offeror Representations and Certifications-Commercial Products and Commercial Services An indication of whether the firm is U.S.-owned or a foreign owned entity. A description of a firm�s capability and/or authorizations to produce and provide the items being sought. The respective unit prices for the attached solicitation document The anticipated delivery date of all ordered items. The Government will issue an order resulting from this solicitation to the responsible offeror whose offer conforms to the solicitation and will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: Price and Technical Acceptability. Evaluation is on Lowest Price Technically Acceptable (LPTA) basis. All offers will be evaluated on the total proposed price. One award will be made to the offeror with the lowest priced proposal which is found to be technically acceptable. Only information submitted with the offeror�s quote will be evaluated for technical acceptability. The offeror shall ensure their quote is clear and excludes inconsistencies. Only the two lowest priced quotes will be evaluated for technical acceptability. The next lowest priced offeror will only be evaluated if either of the aforementioned offers are found technically unacceptable (and so on). Oral offers will not be accepted. FAR clauses 52.212-4, Contract Terms and Conditions-Commercial Products and commercial Services and FAR 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders- Commercial Products apply to this acquisition. A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer�s specified expiration time, the Government may accept an offer or part of an offer, whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. In accordance with DFARS 252.232-7003, Electronic Submission of Payment Requests, use of electronic payment requests will be mandatory. Wide Area Workflow (WAWF) is the Department of Defense system of choice for submission of invoices and receipt/acceptance of documents. Detailed information regarding WAWF is available at this URL: https://wawf.eb.mil/ The Government reserves the right to cancel this solicitation, either before or after the closing date. In the event the Government cancels this solicitation, the Government has no obligation to reimburse an offeror for any costs. This solicitation incorporates one or more clauses and/or provisions by reference, with the same force and effect as if they were given in full text.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/workspace/contract/opp/a887f950b6ef431c863229126d20ecd9/view)
- Place of Performance
- Address: Hill Air Force Base, UT 84056, USA
- Zip Code: 84056
- Country: USA
- Zip Code: 84056
- Record
- SN07667762-F 20251218/251216230038 (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 |