Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JULY 12, 2020 SAM #6800
SOLICITATION NOTICE

16 -- Remanufacture of B-1B Gearbox Assembly, NSN: 1680-01-181-4199RK and NSN: 1680-01-181-4200RK.

Notice Date
7/10/2020 6:06:10 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
FA811820R0051
 
Archive Date
12/30/2020
 
Point of Contact
SCOTT W. VAN HOUTEN, Phone: 4057392318, Russell Watson, Phone: 4057395457
 
E-Mail Address
scott.van_houten@us.af.mil, russell.watson.5@us.af.mil
(scott.van_houten@us.af.mil, russell.watson.5@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), Office PZABB, Tinker AFB 73145 is contemplating the�Remanufacture of B-1B Gearbox Assembly, NSN: 1680-01-181-4199RK and NSN: 1680-01-181-4200RK. The contractor shall provide all labor, facilities, equipment and all material to accomplish the remanufacture. The work encompasses significantly or completely disassembling an item to its individual components; reworking, rehabilitating, or replacing worn or damaged components; reassembly; and test such that the item is returned to its original life expectancy (i.e. reliability), or nearly so, in accordance with the solicitation requirements and all attachments. A firm fixed price Indefinite Delivery Requirements type contract is contemplated with a one-year basic and four-one year options.�This will be a Price Only award to a qualified source. The Government intends to issue solicitation FA811820R0051 on or about 28 July 2020 with a closing response date of 28 August 2020 and estimated award date of on or about 16 October 2020.� This notice does not in itself represent the issuance of a formal request for proposal and is not intended to be taken as such. These dates are subject to change and maybe revised based on Government needs. 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.� The requirements in this notice are defined per Purchase Request FD20302001118. Application: Remanufacture of B-1B Gearbox Assemblies: NSN and P/N: NSN: 1680-01-181-4199RK;��� P/N: A1020F010-3 NSN and P/N: NSN: 1680-01-181-4200RK;��� P/N: A1020F010-4 RMC:� R1/C Duration of Contract Period: 5 Year Requirements Contract (Basic Year with Four � 1 Year Options) Total Line Item Quantity: All quantities are estimated based; Best Estimated Quantities are as follows: Line Item 0001: Remanufacture of B-1B Gearbox Assembly: NSN: 1680-01-181-4199RK;�P/N: A1020F010-3;�Applicable to B-1B aircraft for a Best Estimated Quantity (BEQ) of Base Year � 4 each/year, Option Year I � 4 each/year, Option Year II � 4 each/year, Option Year III � 4 each/year and Option Year IV � 4 each/year. Line Item 0002: Remanufacture of B-1B Gearbox Assembly: NSN: 1680-01-181-4200RK;�P/N: A1020F010-4;�Applicable to B-1B aircraft for a Best Estimated Quantity (BEQ) of Base Year � 4 each/year, Option Year I � 4 each/year, Option Year II � 4 each/year, Option Year III � 4 each/year and Option Year IV � 4 each/year. Line Item 0003: Data (Not Separately Priced) Line Item 0004: Over and Above. To be negotiated (as needed) Delivery: Line Item 0001: Deliver unit(s) 2 each every 90 days and 2 each every 90 days thereafter; until production is complete. Early delivery is acceptable. Line Item 0002: Deliver unit(s) 2 each every 90 days and 2 each every 90 days thereafter; until production is complete. Early delivery is acceptable. Ship to: Line Item 0001 and 0002: Shipping instructions will be provided by the Production Management Specialist (PMS) prior to any shipments of serviceable assets. Function, Dimensions, Materials:� Line Item 0001: The gearbox assembly provides a coupling between the control system linkage and two rotary sensors. Dimensions: 4.0� L x 2.5� W x 2.2� H; weighs 0.8 lbs.� Material:� 2024-T351 aluminum housing, 303Se corrosion resistant steel gears, 52100 steel Bearings. Line Item 0002: Upper Surface Sensor Gearbox assembly is associated with two position sensors which indicate the degree of horizontal stabilizer nose up or nose down position. Dimensions: 4.0� L x 2.2� W x 2.5� H; weighs 0.8 lbs.� Material:� Steel. Qualification Requirements (QRs):� QRs apply to both NSNs.� �� For qualification information/ source approval requests contact 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 approved sources.� 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. Set-aside:� 100% Small Business Set-aside Export Control:� Expected UID Note to Contractor:� UID requirements will apply.� Please see T.O. 16G1-169-3 for UID marking instructions. APPLICABLE TECHNICAL ORDERS Specific Technical Orders PART NUMBER� � ��REMANUFACTURE MANUAL/TO NUMBER A1020F010-3� � � � � �16G1-169-3� �OVERHAUL INSTRUCTIONS WITH ILLUSTRATED PARTS BREAKDOWN A1020F010-4� � � � � �16G1-169-3� �OVERHAUL INSTRUCTIONS WITH ILLUSTRATED PARTS BREAKDOWN In order to receive any technical data related to this acquisition, offerors must send an email request to Scott van Houten at scott.van_houten@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. 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. 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.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/6373da1575f4497b9b5cdd011900c90c/view)
 
Record
SN05717775-F 20200712/200710230158 (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  © 1994-2020, Loren Data Corp.