Forward and aft rudder Power Drive Unit

expired opportunity(Expired)
From: Federal Government(Federal)
FA8118-18-R-0018

Basic Details

started - 07 Jun, 2018 (about 5 years ago)

Start Date

07 Jun, 2018 (about 5 years ago)
due - 18 Jun, 2018 (about 5 years ago)

Due Date

18 Jun, 2018 (about 5 years ago)
Bid Notification

Type

Bid Notification
FA8118-18-R-0018

Identifier

FA8118-18-R-0018
Department of the Air Force

Customer / Agency

Department of the Air Force

Attachments (15)

unlockUnlock the best of InstantMarkets.

Please Sign In to see more out of InstantMarkets such as history, intelligent business alerts and many more.

Don't have an account yet? Create a free account now.

All questions regarding this notice and requirement are to be submitted in writing via E-mail or Fax to the point(s) of contact specified herein. 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.The United States Air Force through Air Force Sustainment Center (AFSC), Tinker AFB 73145 is contemplating to procure the OVERHAUL OF THE B1-B RUDDER, POWER DRIVE UNIT (PDU), NSN: 1650-01-160-5527, P/N: 721602A. The contractor shall provide all labor, facilities, equipment and all material to accomplish remanufacture. The work encompasses the disassembly, cleaning, inspection, maintenance re-assembly, testing, and finishing actions required to return the item to a like-new condition in accordance with the solicitation requirements and all attachments.A Firm Fixed Price, Indefinite Delivery Indefinite Quantity contract with 1 one-year basic and 4 one-year ordering periods is
contemplated. The requirements set forth in this notice are defined per Purchase Request FD20301700757.Solicitation number: FA8118-18-R-0018Estimated issue date: 09 Feb 2018Estimated closing date: 16 Mar 2018Nomenclature/Noun: RUDDER, POWER DRIVE UNIT (PDU)DoD Priority Rating: DXFunction: Forward and aft rudder Power Drive Unit.Material: Stainless SteelNSN: 1650-01-160-5527Manufacturer / PN: 721602AApplication (Engine or Aircraft): B1-B aircraftRMC / RMSC: R2/CHistory: Last procured FA811-13-D-0035 awarded 01 Oct 2013NAICS: 336413Item, Quantity, Delivery:L/I X001: Overhaul of NSN 1650-01-160-5527Best Estimated Quantity (BEQ): Ordering Period I - 28EA, Ordering Period II - 28EA, Ordering Period III - 28EA; Ordering Period IV - 28EA; Ordering Period V - 28EA3EA every 30 days After Receipt of Order and reparable units. Early delivery is acceptable.L/I X002: Over & Above Work - To Be NegotiatedL/I 0003: Data IAW DD Form 1423-1 - Not Separately Priced;Destination: To Be Determined; Contact PMS upon Government acceptance for "Ship To" and "Mark For" Instructions.Export Control: Offerors are REQUIRED to be "EXPORT CONTROL CERTIFIED" in order to receive and view the drawings and/or technical orders for this solicitation. If your company intends to become Export Control Certified, you may visit http://www.dlis.dla.mil/jcp for registration. Contractors receiving technical data shall be in compliance with DoDI 5230.24.The only contractors who may participate are those that are certified and registered with the Defense Logistics Information Service (DLIS) (1-800-352-3572) and have a legitimate business purpose. In order to receive any technical data related to this acquisition, offerors must be registered with Federal Business Opportunities (FedBizOpps) www.FBO.Gov. Requests for data are to be submitted to ocalc.lgldo.public@us.af.mil for Drawings and directly to the PCO and/or buyer for Technical Orders (TOs). The request shall be on company letterhead and include the applicable solicitation number and the specific data needed (e.g. TO number, drawing number). The request must be accompanied by a copy of the current and approved DD Form 2345. The form, including instructions for completing the form is available on the DLIS website at: http://www.dlis.dla.mil/jcp. The Government is not responsible for misdirected or untimely requests.Qualification Requirements: Applicable (See FAR Part 52.209-1 Qualification Requirements). The requirements of FAR 9.202(a) apply. Sources must be qualified prior to being considered for award. Interested vendors that have not been previously approved for the acquisition must submit a Source Approval Request (SAR) package to the Source Development Small Business Office @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.Approved/Potential Sources: Hamilton Sundstrand (CAGE 99167), Moog Inc. (CAGE 0ZWK8), Thomas Instrument (CAGE 5H860).All responsible sources may submit a capability statement, proposal, or quotation, which shall be considered by the agency.Set-aside: N/AUID is applicable. See DFARS 252.211-7003.Electronic procedures will be used for this solicitation.Based upon market research, the Government is not 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.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.CONTRACTING OFFICE POC:Name: Michael MouckaTitle: Contracting OfficerOffice: AFSC/PZABBPhone #: (405) 739-5457Email: michael.moucka@us.af.mil

Tinker AFB Oklahoma City, Oklahoma 73145 United StatesLocation

Place Of Performance : Tinker AFB

Country : United StatesState : OklahomaCity : Oklahoma City

Classification

336 -- Transportation Equipment Manufacturing/336413 -- Other Aircraft Parts and Auxiliary Equipment Manufacturing
naicsCode 336413Other Aircraft Parts and Auxiliary Equipment Manufacturing
pscCode 16Aircraft Propellers and Components