The RFP Database
New business relationships start here

Solicitation for the Remanufacture of the F-16 Demand Oxygen Test Stand NSN: 4920-01-321-1839BO P/N 3300223-6002 NSN: 4920-01-521-3685BO P/N 3300223-6003


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

 

**Solicitation Posted 20 September 2019**
The United States Air Force through Air Force Sustainment Center (AFSC), Tinker AFB 73145, is contemplating a contract for the Remanufacture of the F-16 Demand Oxygen Test Stand.  The contractor shall provide all labor, facilities, equipment and all material to accomplish upgrade and 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 Indefinite Quantity 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 FD2030-18-01841 as follows:


 


Written response is required.


 


Item 0001: Remanufacture and Case Repair of Demand Oxygen Test Stand, Basic Year plus Four - 1 Year Options; NSN: 4920-01-321-1839BO P/N 3300223-6002; Applicable to F-16 aircraft for a Minimum quantity (MIN) and Maximum (MAX) of Base Year - MIN: 10 each/year MAX: 50 each/year and Option Year I - MIN: 10 each/year MAX: 50 each/year, Option Year II - MIN: 10 each/year MAX: 50 each/year, Option Year III - MIN: 10 each/year MAX: 50 each/year and Option Year IV - MIN: 10 each/year MAX: 50 each/year.


 


Delivery:  5 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.


 


Item 0002: Remanufacture of Demand Oxygen Test Stand, Basic Year plus Four - 1 Year Options; NSN: 4920-01-321-1839BO P/N 3300223-6002; Applicable to F-16 aircraft. * All assets shall be initiated into the remanufacture program at the highest level, to include the case remanufacture. Should it be determined that an asset does not need a case remanufacture, the government shall be notified, and the contract modified accordingly to de-obligate funds and move the asset to test stand remanufacture only LI.*


 


Delivery:  1 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.


 


Item 0003: Remanufacture of Demand Oxygen Test Stand, Basic Year plus Four - 1 Year Options; NSN: 4920-01-521-3685BO P/N 3300223-6003; Applicable to F-16 aircraft for a Minimum quantity (MIN) and Maximum (MAX) of Base Year - MIN: 3 each/year MAX: 20 each/year and Option Year I - MIN: 3 each/year MAX: 20 each/year, Option Year II - MIN: 3 each/year MAX: 20 each/year, Option Year III - MIN: 3 each/year MAX: 20 each/year and Option Year IV - MIN: 3 each/year MAX: 20 each/year.


 


Delivery:  1 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.


 


Item 0004: Over and Above. To be negotiated.


 


Item 0005: Data (Not Separately Priced)


 



 


NSN: 4920-01-321-1839BO:


 


Function:  PBG Oxygen Regulator Field Tester used at organizational level to test MD-1, F111, CRU98 and CRU 93 Oxygen Regulators.


 


Dimensions:  16.75" l x 12.5" w x 11.75" h and weighs 37 lbs.  Material:  Multiple metal, electrical, and rubber components.


 


NSN: 4920-01-521-3685BO:


 


Function:  PBG Oxygen Regulator Field Tester used at organizational level to test MD-1, F111, CRU98 and CRU 93 Oxygen Regulators.


 


Dimensions:  16.75" l x 12.5" w x 11.75" h and weighs 37 lbs.  Material:  Multiple metal, electrical, and rubber components.


 


Duration of Contract Period: 5 Year IDIQ 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. IAW FAR 5.207(c)(16)(i), all responsible sources may submit a bid, proposal, or quotation which shall be considered by the agency.  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.


This is a sole source requirement to Carleton Life Support Systems Inc. (Cage Code 99251).  The rights to use the data needed to obtain this part from additional sources are not owned by the Government and cannot be purchased, developed, or otherwise obtained. In order to receive any general technical data related to this acquisition, offerors must send an email request to Rachel Silva at Rachel.Silva.1@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 R3/D. 


 


Set-aside: N/A


 


The Government intends to issue solicitation FA8118-19-R-0059 on or about 20 September 2019 with a closing response date of 21 October 2019 and estimated award date of on or about 17 February 2020.  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/TO NUMBER




TITLE/REVISION AND/OR OTHER DIRECTIVES (AFTO FORM 252)


 






3300223-6003




N/A




OEM Drawings & Acceptance Test Procedures






 

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 SEPT 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 DEC 2016




AIR FORCE MATERIAL MANAGEMENT






AFMAN 23-215




6 AUG 2001




REPORTING OF SUPPLY DISCREPANCIES







 

DoD/Air Force Forms






FORM NUMBER




TITLE






SF 364




REPORT OF DISCREPANCY






SF 368




QUALITY DEFICIENCY REPORT






DD1574


DD1574-1




SERVICEABLE TAG - MATERIEL


SERVICEABLE LABEL - MATERIEL






DD1577-2


DD1577-3




UNSERVICEABLE (REPAIRABLE) TAG - MATERIEL


UNSERVICEABLE (REPAIRABLE) LABEL - MATERIEL






DD1577


DD1577-1




UNSERVICEABLE (CONDEMNED) TAG - MATERIEL


UNSERVICEABLE (CONDEMNED) LABEL - MATERIEL






DD1575


DD1575-1




SUSPENDED TAG - MATERIEL


SUSPENDED LABEL - MATERIEL






AFMC FORM 158




PACKAGING REQUIREMENTS







 

CONTRACTOR DOCUMENTS

•·         Refer to Paragraph 3.1.1.

 


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

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP