The RFP Database
New business relationships start here

CONTROL ASSEMBLY,QU


Oklahoma, United States
Government : Military
RFP
Go to the link
This document has expired, therefore the above link may no longer work.

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.
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. Offerors must specify whether they are a U.S. or foreign-owned firm.
The United States Air Force through Air Force Sustainment Center (AFSC), Tinker AFB 73145 is contemplating to procure TEAR DOWN, TEST, AND EVALUATION (TT&E) AND REPAIR OF THE B-52 CONTROL ASSEMBLY, NSNs: 1680-01-610-6366 and 1680-01-632-9992. The contractor shall provide all labor, facilities, equipment and all material to accomplish TT&E and repair. The work encompasses the functional test, disassembly, cleaning, inspection, maintenance, re-assembly, testing, and finishing actions required to return the end item to a serviceable condition in accordance with the solicitation requirements and all attachments. A Firm Fixed Price, Fixed-Quantity contract is contemplated. The requirements set forth in this notice are defined per Purchase Request FD20301800551.
Solicitation number: FA8118-18-R-0010
Estimated issue date: 28 November 2017
Estimated closing date: 05 January 2018
Nomenclature/Noun: Control Assembly
NSN: 1680-01-610-6366 and 1680-01-632-9992
RMC / RMSC: R 4 / D
Qualification requirements do not apply.
Manufacturer / PN: 82918 / 520-14914-1 and 520-18621-1
Function: Vital Component of Aircraft Elevator System, Fundamental to Maintain Primary Vertical Control in Flight Material: Magnesium, Aluminum, Steel
History: N/A
NAICS: 336413
Item, Quantity, Delivery: L/I 0001: TT&E of B-52 Control Assembly, NSN: 1680-01-610-6366, PN: 520-14914-1 Quantity: 10EA Delivery: 2EA 120 days ARO/REPS and 2 each every 30 days thereafter. L/I 0002: TT&E of B-52 Control Assembly, NSN: 1680-01-632-9992, PN: 520-18621-1 Quantity: 10EA Delivery: 2EA 120 days ARO/REPS and 2 each every 30 days thereafter. L/I 0003: Repair of B-52 Control Assembly, NSN: 1680-01-610-6366, PN: 520-14914-1 Quantity: 10EA Delivery: 2EA 120 days ARO/REPS and 2 each every 30 days thereafter. L/I 0004: Repair of B-52 Control Assembly, NSN: 1680-01-632-9992, PN: 520-18621-1 Quantity: 10EA Delivery: 2EA 120 days ARO/REPS and 2 each every 30 days thereafter. L/I 0005: Over and Above; 1 LT; TBN L/I 0006: Data and Reports; 1 LT; NSP
Destination: To Be Determined
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 https://public.logisticsinformationservice.dla.mil/jcp/search.aspx 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: https://public.logisticsinformationservice.dla.mil/jcp/search.aspx. The Government is not responsible for misdirected or untimely requests.
Approved Source(s): The Boeing Company (CAGE 82918)
The government intends to award this sole source contract action to The Boeing Company (CAGE 82918) under the authority of FAR 6.302-1. All responsible sources may submit a capability statement, proposal, or quotation which shall be considered by the agency.
Set-aside: N/A
UID: If unit price of item (not repair cost) exceeds $5,000, then UID requirements will apply. Please see DFARS 252.211-7003 for further requirements for UID marking.
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.
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.
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. Offerors must specify whether they are a U.S. or foreign-owned firm.

Graham Chapman, Phone 405-739-4476, Fax - - , Email graham.chapman@us.af.mil

Graham Chapman

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP