The RFP Database
New business relationships start here

Remanufacture of B-1 Structural Mode Control System Servocylinder


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 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 it is 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. 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 NUMBERFOR SOLICITATION REQUESTS. The Government intends to issue a solicitation on or about 02 Nov 17 with an estimated award date of on or about 31 Jan 18. This notice does not in itself represent the issuance of a formal request for proposal and is not intended to be taken as such. The requirements set forth in this notice are defined per Purchase Request FD20301601688 as follows:
All responsible sources may submit a bid, proposal, or quotation which shall be considered by the agency. The Government does not intend to hold discussions but may hold discussions if it is deemed necessary. 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. A Firm Fixed Priced, 5-year Indefinite Delivery, Indefinite Quantity type contract is contemplated. Prequalification of sources is essential to maintain high quality and maximum operational safety. 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 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. Export Controlled Data: This acquisition may involve technology that has a military or space application. 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 558cbss.gbhba.psd@tinker.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 at: http://www.dtic.mil/whs/directives/infomgt/forms/forminfo/forminfopage2220.html The Government is not responsible for misdirected or untimely requests.
If unit price exceeds $5,000.00, UID requirements will apply. The contractor shall provide all labor, facilities, equipment, and 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. List of applicable Line Item Numbers (LINs): **Numbering of LINs is not specific but for informational purposes only** Item: 0001 NSN: 1650-01-267-4462 P/N: L5871400-081 NOUN: SERVOCYLINDER ASSEMBLY MIN: 6 MAX: 150 DELIVERY: 3 ea. per month 45 days ARO. Early delivery is acceptable. Item: 1001, Year 1 Best Estimated Qty: 10 ea. Item: 1002, Year 2 Best Estimated Qty: 10 ea. Item: 1003, Year 3 Best Estimated Qty: 10 ea. Item: 1004, Year 4: Best Estimated Qty: 10 ea. Item: 1005, Year 5: Best Estimated Qty: 10 ea.
Item 0002 NSN: 1650-01-163-6864 INPUT: 1650-01-267-4462 and/or 1650-01-163-6864, L5871400-031/041/051/061 OUTPUT: 1650-01-267-4462, L5871400-081 NOUN: SERVOCYLINER MIN: 3 MAX: 80 DELIVERY: 1 ea. per month 45 days ARO. Early delivery is acceptable.
Item: 2001, Year 1 Best Estimated Qty: 6 ea. Item: 2002, Year 2 Best Estimated Qty: 6 ea. Item: 2003, Year 3 Best Estimated Qty: 6 ea. Item: 2004, Year 4: Best Estimated Qty: 6 ea.
Item: 2005, Year 5: Best Estimated Qty: 6 ea.
Item 0003 NSN: 1650-01-510-0262 INPUT: 1650-01-165-9346 and/or 1650-01-510-0262; L5871400-022/032/042/052 and/or L5871400-072 OUTPUT: 1650-01-510-0262, L5871400-072 NOUN: SERVOCYLINER MIN: 3 MAX: 70 DELIVERY: 2 ea. per month 45 days ARO. Early delivery is acceptable.
Item: 3001, Year 1 Best Estimated Qty: 6 ea. Item: 3002, Year 2 Best Estimated Qty: 6 ea. Item: 3003, Year 3 Best Estimated Qty: 6 ea. Item: 3004, Year 4: Best Estimated Qty: 6 ea. Item: 3005, Year 5: Best Estimated Qty: 6 ea.
Item 0004 NSN: 1650-01-164-9097 INPUT: 1650-01-164-9097; L5871600-021/031/041 OUTPUT: 1650-01-164-9097; L5871600-041 NOUN: SERVOCYLINDER ASSEMBLY MIN: 3 MAX: 60 DELIVERY: 2 ea. per month 45 days ARO. Early delivery is acceptable.
Item: 4001, Year 1 Best Estimated Qty: 4 ea. Item: 4002, Year 2 Best Estimated Qty: 4 ea. Item: 4003, Year 3 Best Estimated Qty: 4 ea. Item: 4004, Year 4: Best Estimated Qty: 4 ea. Item: 4005, Year 5: Best Estimated Qty: 4 ea.
Item 0005 NSN: 1650-01-510-0261 INPUT: 1650-01-165-6075 and/or 1650-01-510-0261; L5871600-012/022/032/ and/or L5871600-042 OUTPUT: 1650-01-510-0261; L5871600-042 NOUN: SERVOCYLINER ASSEMBLY MIN: 3 MAX: 60 DELIVERY: 2 ea. per month 45 days ARO. Early delivery is acceptable.
Item: 5001, Year 1 Best Estimated Qty: 4 ea. Item: 5002, Year 2 Best Estimated Qty: 4 ea. Item: 5003, Year 3 Best Estimated Qty: 4 ea. Item: 5004, Year 4: Best Estimated Qty: 4 ea. Item: 5005, Year 5: Best Estimated Qty: 4 ea.
Item 0006 NSN: 1650DTH1601CC QTY: 1 LT NOUN: DATA CLIN NSP DELIVERY: IAW CDRLS. Early delivery is acceptable.
Item 0007 NSN: 1650OAH16012D QTY: 1 LT NOUN: OVER & ABOVE DELIVERY: IAW contract CLIN. Early delivery is acceptable. All questions regarding this notice are to be submitted via E-mail to Tara White at tara.white.8@us.af.mil. 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.

Tara White, Phone 405-734-4619, Fax - - , Email tara.white.8@us.af.mil - Kyle Newcomb, Phone 405-739-4468, Fax 000-000-0000, Email kyle.newcomb@us.af.mil

Tara White

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP