The RFP Database
New business relationships start here

Remanufacture of B-1B Horizontal Stabilizer Servo-Cylinders


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

1. Estimated issue date: 17 SEPT 2019; Estimated closing/response date: 18 OCT 2019. **These dates are subject to change. Solicitation will be posted to FBO and attached to this synopsis when it is issued. Closing/response date will be noted on the solicitation.**
2. PR number: FD2030-18-02485. Solicitation number: FA8118-19-R-0053.
3. Service/Spare/Repair/OH: Remanufacture.
4. AMC: R1C.
5. Item: B-1B Horizontal Stabilizer Servo-Cylinder.
6. NSN: CLIN 0001: 1650-01-543-4395.
CLIN 0002: Input: 1650-01-253-7848, Output: 1650-01-543-4395.
CLIN 0003: 1650-01-253-7848.
CLIN 0004: 1650-01-543-3024.
CLIN 0005: Input: 1650-01-249-1788, Output: 1650-01-543-3024.
CLIN 0006: 1650-01-249-1788.
7. P/N: CLIN 0001: L5873400-071.
CLIN 0002: Input: L5873400-061, Output: L5873400-071.
CLIN 0003: L5873400-061.
CLIN 0004: L5873400-072.
CLIN 0005: Input: L5873400-062, Output: L5873400-072.
CLIN 0006: L5873400-062.
8. Description: CLIN 0001/0002/0003/0004/0005 Dimensions: Length: 45.3", width: 7.6", height: 14.5", weight: 170.0 LB. Mfr CAGE: 43999. Material content: Aluminum, Steel and Rubber. Function: Converts hydraulic power to linear motion to activate a flight control surface.
CLIN 0006 Dimensions: Length: 38.38", width: 7.6", height: 14.5", weight: 170.0 LB. Material content: Aluminum, Steel and Rubber. Mfr CAGE: 43999. Function: Provides precise movement and placement of aircraft flight control surface.
9. 5 Year Indefinite Delivery/Indefinite Quantity Total Line Item Quantities:
CLIN 0001: MIN 10 EA/MAX 150 EA.
CLIN 0002: MIN 2 EA/MAX 50 EA.
CLIN 0003: MIN 2 EA/MAX 40 EA.
CLIN 0004: MIN 10 EA/MAX 150 EA.
CLIN 0005: Input: MIN 2 EA/MAX 50 EA.
CLIN 0006: MIN 2 EA/MAX 40 EA.
Over and Above: To Be Negotiated (as needed).
Data: Not Separately Priced.
10. Application: B-1B.
11. Destination: TBD.
12. Delivery: 5 EA per Month Beginning 30 days After Receipt of Order or Reparables, Whichever is Later. Five year Indefinite Delivery/Indefinite Quantity contract will be solicited.
13. Qualification Requirements DO apply. Initial Production Evaluation (IPE) may be required. No set-asides applicable to this requirement. QRs can be found at https://www.fbo.gov/index?s=opportunity&mode=form&id=2a1ac5229189ec14e60269ef40e5c3d4&tab=core&_cview=0. All responsible sources may submit a bid, proposal, or quotation which shall be considered; however, award shall only be made to a qualified source. 
14. Export Control: Not Applicable.
15. IUID marking is required: Contractor determined method and location.
16. Applicable Tech Orders: 9H2-4-277-3, 9H8-30-182-3, 9H8-30-183-3, 9P5-2-85-3.
17. Written procedures will be used for this solicitation. No telephone requests. Only written requests received directly from the requestor are acceptable. Note: 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 Ombudsman at (405) 736-3273. DO NOT CALL THIS NUMBER FOR SOLICATION REQUESTS.
18. Point of Contact: Bobbi Whitlock; Phone: 405-739-5466; Email: bobbi.whitlock@us.af.mil.


Bobbi Whitlock, Contracting Officer, Phone 4057395466, Email bobbi.whitlock@us.af.mil

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP