The RFP Database
New business relationships start here

Repair of Aircraft Parts


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

 
SOURCES SOUGHT/REQUEST FOR INFORMATION

 

The Department of Defense, United States Air Force (USAF), Air Force Materiel Command (AFMC), Air Force Test Center (AFTC), is currently conducting market research seeking capabilities statement from potential sources, including small businesses (SB), 8(a), HUBZone, Economically Disadvantaged Woman-Owned (EDWOSB), Woman-Owned (WOSB), Service Disabled Veteran Owned (SDVOSB) small businesses that are capable of providing the requirement described below:

 

SPECIFICATIONS FOR REPAIR OF AIRCRAFT PARTS THROUGH THE AIR FORCE REPAIR ENHANCEMENT PROGRAM

 

 

1.         This requirement is for the repair of aircraft parts.

2.         The contractor must abide by all AFI 21-123 and obtain Defense Contracting Management Agency's approval. The website to see this publication is hhtp://www.e-publishing.af.mil. Search by number AFI 21-123.

3.         The number and type of each National Stock Number requiring repair will vary.

4.         The contractor must be responsible for shipping cost from and to Eglin Air Force Base. The shipping cost will be included in the price quoted for the repair.

5.         The contractor will be responsible for all materials required for the repair of parts.

6.         The contractor will be responsible for all hazardous material items.

7.         The price quoted for repair must not exceed 45% of the cost of a new part (as found in FEDLOG).

8.         The contractor must be able to return the part in a minimum amount of time (NOT to exceed 30 days). If the part is mission essential, within 10 CALENDAR DAYS.

9.         The contractor must provide evaluation on the capability of repair at no cost to the government.

10.       If unable to repair the part, the part must be returned to the organization at no cost.

11.       Must provide a guarantee of workmanship, for example, warranty for one year.

12.       The stock classes will include, but not be limited to the following: 1095, 1270, 1440, 1560, 1610, 1620, 1630, 1650, 1660, 1680, 2915, 2925, 2995, 3010, 4140, 4310, 4320, 4710, 4730, 4810, 4820, 4920, 5330, 5635, 5821, 5826, 5831, 5836, 5841, 5895, 5905, 5915, 5925, 5930, 5935, 5945, 5950, 5965, 5975, 5979, 5985, 5990, 5995, 5996, 5999, 6105, 6110, 6130, 6135, 6140, 6150, 6165,  6210, 6220, 6230, 6340, 6350,  6605, 6610, 6615, 6620, 6625, 6645,  6650, 6660, 6670, 6680, 6685, 6695, 7025, 7310.

 

 

 

 

 

 

 

 

 

 





NSN



Part Number



Description





N/A



365EOP2-3



EI OS UNI T





N/A



813RS60G01



SIGNAL DATA PROC ESSOR





5985-01-416-9137



788R450G01



ANTENNA





N/A



813R113G01



ANTENNA





N/A



4914-002550



HIGH PRESSURE SWI TCH





N/A



4914-002560



LOW PRESSURE SWI TCH





6130-00-784-3459



123SCAV5045-3



POWER SUPPLY





N/A



497011-01·01



AUTOPILOT COMPUTER





N/A



497007-01-01



PILOT CONTROL WHEEL





N/A



1169340-110



ICSJACK BOX





N/A



802500-0008



INS





N/A



4981653-1



RADAR RECEIVER





N/A



EPW4616-101



PANEL





5998-01-537-6342



457400LA1901



VSI / TRA OI SPLA Y





5810·01-4787378



VA-6329



VD C -300 DATA CONTROL





5841-01-439-3223



3205000-1



RADAR Transmitter





N/A



PP-8456/APS-137



POWER SUPPLY





N/A



C-124346/ APS-13



CONTROL DI SPLAY





N/A



R-25886/ APS-137



RECEIVER-EXCI TER PROCESSOR





4320·01-338-5875 4320-01-347-4420 4320-00-421-5836 5915-00-421-9085 2925-01-206-5232 6150-01-147-4581 6150-01-147-4582 6150-01-147-4583 6150-01-147-6163 6150-01-147-6164 6150-01-147-6166 6150-01-206-5301

6150·01-206-5302 6150-01-206-5304 6150-01-207-0061 6150-01-232-1582 6150·01-233-0914 6150-01-298-8887 6150-01-309-4627 6150-01-309-8856 6150-01-309-8857 6150-01-310-6126 6150-01-322-7666 6150-01-323-9354 6150-01325-0156 6150-01-364-8403 6150-01-380-4986

6150·01-490-4086 6150·01-490-4092 6150·01-490-4096 6150-01-490·4099 6150-01-496-2639 6150-01-533-9970 2840·01-326-4066 1560-01-046-1370 1560·01·046-1371 1560·01-046-1372 1560·01·046·1374 1560-01·046-2722 1560-01-046-2723 1560·01-168·0288 1560-01·223·3812 1560·01-579-7158 1560-01-011-2929 1560-01-011-2930 1560-01·01 1-2930 5990·01-198-4748 5990·01-198-4748 5990-01-200-6531 5990·01-200-6531 5990-01-278-8833

6615-01-134-2931 6130-01-463-6714 6130-01-522-8349




4101-123100


4101-123200


101-123·11


271053


 


 


 


 


 


 


 


 


 


 


 


 


 


 


 


 


 


 


 


 


 


 


 


 


 


 


 


 


 


4075497


16Y160-1, -3, -5 16Y161-1, & -3


16Yl62-1


16Y171-1


16Y112-1


16Y117-1


16Y161·5


16Y112-3


16Y179-805


506967-114


506967-113


506967-1 13 4071T94G01 4071T94G01 5050T87G01 5050T87G01 4074T57G01 4074T57G01


91690000·000 021099-6


021099-8



POWER DRIFT ROTARY PUMP

POWER DRIFT ROTARY PUMP

POWER DRIFT ROTARY PUMP

PULSE FORMI NG NETWORK

CABLE ASSY

CABLE ASSY, SPECIAL PURPOSE

CABLE ASSY, SPECIAL PURPOSE

CABLE ASSY, SPECIAL PURPOSE

CABLE ASSY, SPECIAL PURPOSE

CABLE ASSY, SPECIAL PURPOSE

CABLE ASSY, SPEC IAL PURPOSE

CABLEASSY

CABLE ASSY

CABLEASSY

WI RE HARNESS, BRANCHED

CABLEASSY

CABLE ASSY, SPECIAL PURPOSE

CABLE ASSY

CABLEASSY

CABLE ASSY

CABLE ASSY, SPECIAL PURPOSE, ELECTRIAL CABLE ASSY

CABLE ASSY, SPECIAL, BRANCHED

CABLE ASSY

CABLE ASSY

CABLE ASSY

CABLE ASSY

CABLE ASSY, SPECIAL PURPOSE

CABLE ASSY

CABLE ASSY

CABLE ASSY

CABLE ASSY, SPECIAL PURPOSE,ELECTRICAL CABLE ASSY, SPECIAL PURPOSE,ELECTRICAL Flameholder

Tee Assy, Bleed Air

Duct Assy, Bleed Air

Duct Assy, Bleed Al r

Elbow Assy .Bleed Air

Duct, Bleed Air

Duct, Bleed Air

Duct Assy, Bleed Air

WYE, Bleed Air

Duct Assy , Bleed Air

Duct Assy , Air Cond-H

Duct Assy , Air Cond-H

Duct Assy

Syncro, Pia

Syncro, Pia (Req Synchro Replace)

VG Synchro

VG Synchro (Req Synchro Replace)

Syncro , Pia

Syncro , Pia (Req Synchro Replace)

Detector, HARS/SAS Power

Power Supply (81-00242·001)

Power Supply Assembly





 



All interested vendors shall submit a response demonstrating their capability to provide these items to the Primary Point of Contact listed below.  Proposals are not being requested or accepted at this time.  As stipulated in FAR 15.201(e), responses to this notice are not considered offers and cannot be accepted by the Government to form a binding contract.  No solicitation (Request for Proposal) exists at this time; therefore, do not request a copy of the solicitation.  The decision to solicit for a contract shall be solely within the Government's discretion.

 

The NAICS Code assigned to this acquisition is 336413, Other Aircraft Part and Auxiliary Equipment Manufacturing, with a size standard of 1250 persons.  Respondents should indicate their size in relation to this size standard and indicate socio-economic status (i.e. SB, 8(a), HUBZone, EDWOSB, WOSB, or SDVOSB).  Respondents are further requested to indicate their status as a Foreign-owned/Foreign-controlled firm and any contemplated use of foreign national employees on this effort.  The Government reserves the right to consider a small business set-aside based upon responses hereto for any subsequent action.  All prospective contractors must be registered in the System for Award Management (SAM) database to be awarded a DoD contract.  No set-aside decision has been made.  Note that a key factor in determining an acquisition to be a Small Business Set Aside is that small business prime contractors must perform at least 50% of the effort, as defined in FAR Clause 52.219-14.

 

Any information submitted by respondents to this sources sought is voluntary.  This sources sought notice is not to be construed as a commitment by the Government, nor will the Government reimburse any costs associated with the submission of information in response to this notice.  Respondents will not be individually notified of the results of any government assessments.  The Government's assessment of the capability statements received will factor into whether any forthcoming solicitation will be conducted as a full and open competition or as a set-aside for small business, or any particular small business program. 

 

CAPABILITIES STATEMENT:  All interested vendors shall submit a capabilities statement that explicitly demonstrates their capability to provide/perform the requirement stated in this notice.  The capabilities statement should be brief and concise, yet clearly demonstrate an ability to meet the stated requirement.  The response must not exceed 15 pages. 

 

Small businesses with only partial capabilities of this requirement are encouraged to submit their capabilities statement demonstrating the portion of the requirement they are capable of providing/performing.  This information will allow the Government to identify areas of possible breakout or possible subcontracting opportunities.

 

Responses may be submitted electronically to the following e-mail address:  gretchen.tubolino@us.af.mil. Correspondence sent via email shall contain a subject line that reads "FA2823-19-Q-0015, Aircraft Parts Repair."  If this subject line is not included, the e-mail may not get through e-mail filters at Eglin AFB.  Filters are designed to delete emails without a subject or with a suspicious subject or attachment.  Attachments with files ending in .zip or .exe are not allowable and will be deleted.  Ensure only .pdf, .doc, .docx, .xsls, or .xls documents are attached to your email.  All other attachments may be deleted. 

 

All responsible sources may submit information that shall be considered by the agency.  If late information is received, it may be considered, depending on agency time constraints.  All routine communications regarding the announcement should be directed to the contractual point of contact listed in this posting.  The Government may or may not use any responses to this sources sought as a basis for a subsequent project/requirement.  Any project/requirement developed from the sources sought responses may be the subject of a subsequent acquisition; any such subsequent acquisition will be posted in FedBizOpps.gov separately.  Responses to this sources sought will not be returned.  The Government is under no obligation to acknowledge receipt of the information received, or provide feedback to the respondents with respect to any of the information submitted under this sources sought.  No requests for a bid package or solicitation will be accepted; a bid package or solicitation does not exist at this time.  In order to protect the integrity of any possible future acquisition, no additional information will be provided and no appointments for presentations will be made in reference to this sources sought.

Only government employees will review submitted responses to this sources sought.  Respondents are advised that employees of commercial firms under contract with the Government may be used to administratively process submissions and perform other administrative duties requiring access to other contractor's proprietary information.  These administrative support contractors include nondisclosure agreements prohibiting their contractor employees from disclosing any information submitted by other contractors or using such information for any purpose other than that for which it was furnished.

 

RESPONSES ARE DUE NO LATER THAN 10:00 A.M. NOON (CDT) ON 29 MAY 2019. 

 

Direct all questions concerning this requirement to Gretchen Tubolino at gretchen.tubolinof@us.af.mil.

 


Gretchen Tubolino, Contract Specialists, Phone 8508820339, Email gretchen.tubolino@us.af.mil - Isaiah Dolan, Contract Specialist, Phone 850-882-0322, Email isaiah.dolan.2@us.af.mil

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP