** Updated 24 October 2019, Solicitation is extended to 15 November 2019 by 4PM CST.**
**Updated 8 October 2019, Solicitation is extended to 22 October 2019 by 3PM CST.**
**Updated 4 September 2019, Solicitation is re-opened Full and Open Competition to approved sources.**
The United States Air Force through Air Force Sustainment Center (AFSC), Tinker AFB 73145 is contemplating the REMANUFACTURE OF THE B-1 FUEL SHUTOFF VALVE, FUEL TANK FLOAT, FUEL SHUTOFF VALVE, and FUEL CONTROL VALVE. 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 Requirements type contract is contemplated with a one-year basic and four-one year options.
The requirements set forth in this notice are defined per Purchase Request FD2030-18-01225 as follows:
Written response is required.
Item 0001: FUEL SHUTOFF VALVE, Basic Year plus Four - 1 Year Options; NSN: 4820-01-178-3466RK PN: 2710951M2; Applicable to B-1 aircraft for a best estimated quantity (BEQ) of Base Year - 28 each/year and Option Year I - 28 each/year, Option Year II - 28 each/year, Option Year III - 28 each/year and Option Year IV - 28 each/year.
Item 0002: REMANUFACTURE OF THE B-1 FUEL TANK FLOAT, Basic Year plus Four - 1 Year Options; NSN: 2915-00-946-8446RK, PN: 13-457-51; Applicable to B-1 aircraft for a best estimated quantity (BEQ) of Base Year - 23 each/year and Option Year I - 23 each/year, Option Year II - 23 each/year, Option Year III - 23 each/year and Option Year IV - 23 each/year.
Item 0003: REMANUFACTURE OF THE B-1 FUEL SHUTOFF VALVE, Basic Year plus Four - 1 Year Options; NSN: 4820-01-178-3442RK, PN: 2750045-101; Applicable to B-1 aircraft for a best estimated quantity (BEQ) of Base Year - 4 each/year and 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.
Item 0004: REMANUFACTURE OF THE B-1 FUEL CONTROL VALVE NSN: 2915-01-178-3443RK, PN: 2710738M3, Basic Year plus Four - 1 Year Options; NSN: 2915-01-178-3443RK, PN: 2710738M3; Applicable to B-1 aircraft for a best estimated quantity (BEQ) of Base Year - 11 each/year and Option Year I - 11 each/year, Option Year II - 11 each/year, Option Year III - 11 each/year and Option Year IV - 11 each/year.
Item 0005: Over and Above. To be negotiated.
Item 0006: Data (Not Separately Priced)
NSN: 4820-01-178-3466RK
Function: Fuel shutoff valve that controls fuel flow to the forward tank during ground and air refueling.
Dimensions: 6.5" h x 6.5" w x 7.27" l and weighs 2.8 lbs. Material: Aluminum Alloy
Delivery: Deliver 3 each every 30 days after receipt of order (ARO) and reparable units until production is complete. Early delivery is acceptable.
Ship To: Shipping instructions will be provided by the Production Management Specialist (PMS) prior to any shipments of serviceable assets.
NSN: 2915-00-946-8446RK
Function: The valve provides a means of sensing and controlling fuel level in the aircraft fuel tank.
Dimensions: 10.5" h x 6.0" w x 6.0" l and weighs 1.9 lbs. Material: Aluminum Alloy
Delivery: Deliver 4 each every 30 days after receipt of order (ARO) and reparable units until production is complete. Early delivery is acceptable.
Ship To: Shipping instructions will be provided by the Production Management Specialist (PMS) prior to any shipments of serviceable assets.
NSN: 4820-01-178-3442RK
Function: Fuel shutoff valve that controls fuel flow to the forward tank during ground and air refueling.
Dimensions: 4.7" h x 4.9" w x 4.9" l and weighs 13.1 lbs. Material: Aluminum Alloy
Delivery: Deliver 2 each every 30 days after receipt of order (ARO) and reparable units until production is complete. Early delivery is acceptable.
Ship To: Shipping instructions will be provided by the Production Management Specialist (PMS) prior to any shipments of serviceable assets.
NSN: 2915-01-178-3443RK
Function: Fuel valve that controls the fuel level in the main tank during transfer and refueling.
Dimensions: 4.8" h x 6.1" w x 8.4" l and weighs 2.2 lbs. Material: Aluminum Alloy
Delivery: Deliver 2 each every 30 days after receipt of order (ARO) and reparable units until production is complete. Early delivery is acceptable.
Ship To: Shipping instructions will be provided by the Production Management Specialist (PMS) prior to any shipments of serviceable assets.
Duration of Contract Period: 5 Year Requirements Contract (Basic Year with Four - 1 Year Options)
Qualification Requirements: 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 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 approve sources.
Current Approve Sources/Set Aside include:
PARKER HANNIFIN CAGE CODE: 59211
TEXAS AEROSPACE CAGE CODE: 29242
THOMAS INSTRUMENT CAGE CODE: 5H860
In order to receive any technical data related to this acquisition, offerors must send an email request to Welth Cooper at Welth.Cooper@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.**
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.
Export Control: N/A
The RMC is R1/C.
Set-aside: N/A
The Government intends to issue solicitation FA8118-19-R-0038 on or about 12 May 2019 with a closing response date of 12 June 2019 and estimated award date of on or about 14 October 2019. This notice does not in itself represent the issuance of a formal request for proposal and is not intended to be taken as such.
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.
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.
APPLICABLE TECHNICAL ORDERS
Specific Technical Orders
PART NUMBER REMANUFACTURE MANUAL/ TITLE/REVISION AND/OR OTHER TO NUMBER DIRECTIVES (AFTO FORM 252)
2710951M2
4820-01-178-3466RK
6J15-3-168-3
REMANUFACTURE MANUAL - WITH PARTS CATALOG
2750045-101
4820-01-178-3442RK
6J15-3-169-3
REMANUFACTURE MANUAL - WITH PARTS CATALOG
2710738M3
2915-01-178-3443RK
6J15-3-167-3
REMANUFACTURE MANUAL - WITH PARTS CATALOG
13-457-51
2915-00-946-8446RK
6J15-3-111-3,-4
REMANUFACTURE MANUAL - WITH PARTS CATALOG
General Technical Orders
TO NUMBER DATE TITLE
00-5-1
14 JUNE 2016
AF TECHNICAL ORDER SYSTEM
00-5-3
1 APRIL 2016
AF TECHNICAL ORDER LIFE CYCLE MANAGEMENT
00-35D-54
1 SEPTEMBER 2015
USAF DEFICIENCY REPORTING, INVESTIGATION AND RESOLUTION
OTHER PUBLICATIONS FOR INFORMATION PURPOSES ONLY
NOTE: These publications are for information purposes only.
Air Force Manuals
DOCUMENT NUMBER DATE TITLE
AFI 23-101 12 DECEMBER 2016 AIR FORCE MATERIAL MANAGEMENT
AFMAN 23-215 6 AUGUST 2001 REPORTING OF SUPPLY DISCREPANCIES
DoD/Air Force Forms
FORM NUMBER TITLE
SF 364 REPORT OF DISCREPANCY
SF 368 QUALITY DEFICIENCY REPORT
DD1574 SERVICEABLE TAG - MATERIEL
DD1574-1 SERVICEABLE LABEL - MATERIEL
DD1577-2 UNSERVICEABLE (REPAIRABLE) TAG - MATERIEL
DD1577-3 UNSERVICEABLE (REPAIRABLE) LABEL - MATERIEL
DD1577 UNSERVICEABLE (CONDEMNED) TAG - MATERIEL
DD1577-1 UNSERVICEABLE (CONDEMNED) LABEL - MATERIEL
DD1575 SUSPENDED TAG - MATERIEL
DD1575-1 SUSPENDED LABEL - MATERIEL
AFMC FORM 158 PACKAGING REQUIREMENTS
CONTRACTOR DOCUMENTS
PART NUMBER DRAWING NUMBER TITLE AND DATE
N/A N/A N/A
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 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.
Rachel Silva, Contract Specialist, Phone 4057394466, Email rachel.silva.1@us.af.mil