Remanufacture of B-1 Flap Slat Power Drive Unit (POU) NSN: 1650-01-152-7304, P/N NF53100-03B

expired opportunity(Expired)
From: Federal Government(Federal)
FA811823R0003

Basic Details

started - 15 Dec, 2022 (16 months ago)

Start Date

15 Dec, 2022 (16 months ago)
due - 20 Jan, 2023 (15 months ago)

Due Date

20 Jan, 2023 (15 months ago)
Bid Notification

Type

Bid Notification
FA811823R0003

Identifier

FA811823R0003
DEPT OF DEFENSE

Customer / Agency

DEPT OF DEFENSE (708577)DEPT OF THE AIR FORCE (60416)AFMC (17421)AIR FORCE SUSTAINMENT CENTER (7424)FA8118 AFSC PZABB (447)

Attachments (13)

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.

UPDATE - PLEASE SEE REVISED SOW ATTACHED (TO # REVISION)REMANUFACTUREof B-1 Flap Slat POU (NSN:1650-01-152-7304 P/N:NF53100-03B )A 5-YEAR FIRM FIXED PRICE INDEFINITE DELIVERY INDEFINITE QUANTITY (IDIQ) TYPE CONTRACT IS CONTEMPLATED.(a) A Pre-Award Survey and/or Initial Production Evaluation (IPE) is required. Details are provided in Appendix A, paragraphs 1.2 and 1.3 respectively.(b) The contractor shall furnish all material, plant facilities, labor, parts, equipment, and expertise necessary to perform the remanufacture required to restore the end item to a like-new condition. The contractor shall also accomplish ALL necessary packing and preservation and packaging. ALL work shall be completed in accordance with the requirements specified herein (including attachments hereto) and at the unit price(s) established at the time of award.(c) Qualification requirements apply. Interested vendors that have not been previously qualified for this 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.(d) In order to receive any technical data related to this acquisition, offerors must send an email request to Jacqueline West at jacqueline.west@us.af.mil. Release of any data is subject to applicable data rights. The request shall include the applicable solicitation number, the specific data needed (including TO(s)), 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.**In order to receive drawings contractors will need to request all needed drawings through the JEDMICS website: https://jedmics.af.mil/webjedmics/index.jsp. Contractors who need an account will need to complete the instructions at the following link: https://jedmics.af.mil/webjedmics/splash/training/NEWCTR2875.pdf(e) GOVERNMENT PROPERTY FURNISHED FOR REPAIR (FAR 16.503(c)) Failure of the Government to furnish such items in the amounts or quantities described in the Schedule as “estimated” or “maximum” will not entitle the contractor to any equitable adjustment in price under the Government Property clause of the contract.(f) END ITEMS BEYOND REMANUFACTURE "Reparable End Items" are defined as end items which can be restored to a serviceable condition, in accordance with applicable requirements. Some units of items listed in Section B may, upon disassembly and/or inspection, be determined to be beyond the overhaul 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 these limits, shall be included in the unit price(s) of the listed item(s).(g) If the contractor estimates that any item is not reparable (i.e. beyond overhaul), the Contractor shall promptly notify the administrative contracting officer in writing and shall not perform further overhaul on any such items except at the direction of the administrative contracting officer (ACO). Upon written confirmation from the ACO that a particular item is not reparable, the contractor shall dispose of the unit in the manner directed by the ACO.Contractors are cautioned that until a contract is executed, any effort performed in support of the anticipated effort is performed strictly at their own risk and expense. There is no authorization to begin performance until the contractor has received a duly authorized contract signed by the Contracting Officer. Also, this request for proposal is not to be construed to Page 4 of 38 FA8118-23-R-0003 mean that the award of a contract is assured, as the availability of funds, timely submission of all requested documents, and acceptance by both parties are prerequisite to any contract award.(h) Condemned units shall not be counted as production.(i) In the event there are component part(s) with long lead times, the awardee is responsible for securing necessary parts to meet the Government’s required delivery schedule.(j) In the event that DFARS clause 252.217-7001, Surge Option, is invoked, quantities and prices will be negotiated at that time. The fill-in data in Clause 252.217-7001 will be TBD until a surge is known and negotiations are necessary.(k) Item Unique Identification (IUID) marking is required in accordance with DFARS 252.211-7003. Contractor determined location and method of marking is acceptable.(l) All quantities specified herein represent the total contract quantities for all five years combined. The ordering period for each line item shall extend from the contractual effective data to five years thereafter or until the maximum quantity for each line item is reached, whichever comes first. The minimum and maximum quantities for each line item are as follows:Line Item 0001 NSN: 1650-01-152-7304 Minimum Quantity: 6 each Maximum Quantity: 110 each(m) This Solicitation contemplates award of a five-year Indefinite Delivery Indefinite Quantity (IDIQ) Type Contract. Reference Clauses 52.216-19 – Delivery-Order Limitations, 52.216-22 – Indefinite Quantity and 252.216-7006 – Ordering.(n) Some units of items listed in Section B may, upon disassembly and/or inspection, be determined to be beyond the remanufacture 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 these limits, shall be included in the unit price(s) of the listed item(s).(o) In accordance with FAR 15.403-1(b)(1), prices based on adequate price competition do not require submission of certified cost or pricing data. If, after receipt of proposals, there is insufficient information available to determine price reasonableness and balance, the offeror may be required to submit other than certified cost or pricing data. FAR does not preclude the requirement for obtaining other than certified cost or pricing data under certain circumstances, and the Government reserves the right to obtain data as appropriate. If, after receipt of proposals, the CO determines there is insufficient information available to determine price reasonableness and none of the exceptions in FAR 15.403-1 apply, the offeror shall be required to submit certified cost or pricing data.

USALocation

Place Of Performance : N/A

Country : United States

You may also like

NSN 1650-01-163-4716; P/N 236199-1001; SERVOVALVE,HYDRAULI

Due: 25 May, 2024 (in 28 days)Agency: DEPT OF DEFENSE

PISTON, PRIMARY / NSN 1650-01-154-8415 / FA-18 AIRCRAFT

Due: 04 Dec, 2024 (in 7 months)Agency: DEPT OF DEFENSE

NSN: 6150-01-576-2776, P/N: 443-50101-3, CABLE ASSEMBLY, SPEC

Due: 04 May, 2024 (in 7 days)Agency: DEPT OF DEFENSE

Please Sign In to see more like these.

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

Classification