The RFP Database
New business relationships start here

Remanufacture of E-3 and F-15 Heat Exchangers


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

 This solicitation has been updated and can now be found under Solicitation FA8118-19-R-0016 


All questions regarding this notice and requirement are to be submitted in writing via E-mail 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 the remanufacture of E-3 heat exchanger, NSN 1660-01-084-6853 and F-15 heat exchanger, NSN 1660-01-226-4174. The Contractor shall provide all material, support equipment, tools, test equipment, and services to complete the remanufacture/upgrade. The work encompasses the disassembly, cleaning, inspection, maintenance, re-assembly, testing, and finishing actions required to return the end item to a like new condition. A firm fixed price Requirements type contract with 1-year Base and four 1-year options is contemplated.  


The requirements set forth in this notice are defined per Purchase Request FD20301801940. 


Written response is required. 


Solicitation number: FA8118-18-R-0048 


Estimated issue date:    20 August 2018 


Estimated closing date: 20 September 2018 


Estimated award date:   15 February 2019 


Nonmenclature/Noun: Heat Exchanger (item 0001 - E-3, Item 0002 - F-15) 


RMC/RMSC: R2/C 


Item 0001: Remanufacture of E-3 Heat Exchanger, Basic Year plus Four - 1-Year Options; NSN: 1660-01-084-6853 P/N 82D37-7; Applicable to E-3 aircraft for a best estimated quantity (BEQ) of 18 each/year.  


Function: Heat exchanger - pre-cool engine bleed air using engine fan air as cooling air. Dimensions: 19.0" h x 26.5" w x 36.5" l and weighs 60 lbs. Material: Aluminum alloy.


Delivery: 2 each 30 days after receipt of order (ARO) and reparable units. Early delivery is acceptable.


Ship To:   Unless otherwise determined, 

               DLA Distribution Depot Oklahoma

     3301 F Ave Cen Rec Bldg 506 DR 22

               Tinker AFB, OK 73145-8000 


Item 0002: Remanufacture of F-15 Heat Exchanger, Basic Year plus Four - 1-Year Options; NSN: 1660-01-226-4174 P/N 195884-2-1; Applicable to F-15 aircraft for a best estimated quantity (BEQ) of 7 each/year. 


Function: Heat exchanger - removes moisture from bleed air within the environmental contraol system positional control to stabilizer surface. Dimensions: 13.90" h x 20" w x 22.6" l and weighs 33.4 lbs. Material: Aluminum alloy. 


Delivery: 2 each 45 days after receipt of order (ARO) and reparable units. Early delivery is acceptable.

Ship To:   Unless otherwise determined: 

               DLA Distribution Depot Oklahoma

    3301 F Ave Cen Rec Bldg 506 DR 22

    Tinker AFB, OK 73145-8000     


Item 0003: Over and Above 


Item 0004: Data (Not Separately Priced) 


Qualification Requirements: QUALIFICATION REQUIREMENTS APPLY. For qualification information/source approval requests contact the Source Development Office, OC-ALC/SB (405) 739-7243. Award will be based on meeting our requirements and cannot be delayed pending qualification of additional sources. 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 approved sources include: 

Honeywell Aerospace Tulsa/Lori     CAGE CODE: 63389

Elite Aerospace                             CAGE CODE: 1WFQ3

Honeywell/Grimes                         CAGE CODE: 72914

Triumph Thermal                           CAGE CODE: 78943

Wall Colmonoy                              CAGE CODE 28063

Set-aside: N/A 


The Government intends to issue solicitation FA8118-18-R-0048 on or about 20 August 2018 with a closing response date of 20 September 2018 and estimated award date of on or about 15 February 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. 

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.


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.


 Electronic procedures will be used for this solicitation.


 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.


 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.


Lauren S. Gill, Contract Specialist, Phone 4057344624, Email lauren.gill@us.af.mil - Tiffany M. Rodriguez, Contracting Officer, Phone 405-734-1516, Email tiffany.rodriguez.4@us.af.mil

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP