SOLICITATION NOTICE
29 -- Remanufacture of B-52 Jet Engine Fuel Pump
- Notice Date
- 6/20/2025 8:26:35 AM
- Notice Type
- Solicitation
- 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
- FA811825Q0006
- Response Due
- 7/21/2025 10:00:00 AM
- Archive Date
- 08/05/2025
- Point of Contact
- Cliff Morgan, Phone: 4057395461, Amy Gil, Phone: 4057348959
- E-Mail Address
-
clifford.morgan.8@us.af.mil, amy.gil@us.af.mil
(clifford.morgan.8@us.af.mil, amy.gil@us.af.mil)
- Small Business Set-Aside
- 8AN 8(a) Sole Source (FAR 19.8)
- Description
- The United States Air Force through Air Force Sustainment Center (AFSC), Tinker AFB 73145 is contemplating the Remanufacture of B-52 Jet Engine Fuel Pump is contemplated. The requirements set forth in this notice are defined per Purchase Request FD20302402717as follows: Written response is required. ITEM 0001: Remanufacture of B-52 Jet Engine Fuel Pump, One-Time Firm Fixed Quantity Contract for 25ea; NSN: 2915-01-533-9141 P/N 8439; best estimated quantity (BEQ) of 25 each. ITEM 0002: Over and Above To Be Negotiated (TBN) ITEM 0003: Data (Not Separately Priced) (NSP) Function: To drain fuel from the Main and Cabin fuel line refueling manifolds. Dimensions: 6.50� h x 8.30� w x 10.50� l and weighs 6.5 lbs. Material: Aluminum Alloy. Delivery: 2 each every 60 days. Early delivery is acceptable. Ship To: SW3211. Duration of Contract Period: One-Time Firm Fixed Quantity Contract for 25ea. Qualification Requirements: QUALIFICATION REQUIREMENTS APPLY. For qualification information/source approval requests contact the Source Development Office, OC-ALC/SB (405) 739-7243. Award will be based on meeting our requirements and cannot be delayed pending qualification of additional sources. 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. Export Control: N/A RMC/RMSC: R3/D. Set-aside: N/A All questions regarding this notice are to be submitted in writing via E-mail or Fax. 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. In accordance with FAR 5.207(c)(16)(ii) ""All responsible sources may submit a capability statement, proposal, or quotation, which shall be considered by the agency"". 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 sourceselection 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.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/6800a11cd37c4d329bba101269929afe/view)
- Place of Performance
- Address: Tinker AFB, OK 73145, USA
- Zip Code: 73145
- Country: USA
- Zip Code: 73145
- Record
- SN07484128-F 20250622/250620230041 (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 |