The RFP Database
New business relationships start here

Solicitation for the Upgrade and Remanufacture of the B-1 Electromechanical Actuator NSN: 1680-01-509-7158RK P/N 2B9210A


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

**Updated 8 July 2019 -- Solicitation Uploaded**  


The United States Air Force through Air Force Sustainment Center (AFSC), Tinker AFB 73145 is contemplating the Upgrade and Remanufacture of the B-1 Electromechanical Actuator.  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 Requirements 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 FD2030-19-01188 as follows:


 


Written response is required.


 


Item 0001: Upgrade and Remanufacture of Electromechanical Actuator, Basic Year plus Four - 1 Year Options; NSN: 1680-01-509-7158RK P/N 2B9210A; Applicable to B-1 aircraft for a best estimated quantity (BEQ) of Base Year - 10 each/year and Option Year I - 10 each/year, Option Year II - 10 each/year, Option Year III - 10 each/year and Option Year IV - 10 each/year.


 


Delivery:  10 each every 120 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 Electromechanical Actuator, Basic Year plus Four - 1 Year Options; NSN: 1680-01-509-7158RK P/N 2B9210A; Applicable to B-1 aircraft for a best estimated quantity (BEQ) of Base Year - 40 each/year and Option Year I - 40 each/year, Option Year II - 40 each/year, Option Year III - 40 each/year and Option Year IV - 40 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 0003: Over and Above. To be negotiated.


 


Item 0004: Data (Not Separately Priced)


 


NSN: 1680-01-509-7158RK:


 


Function:  The electromechanical actuator controls the spoiler on the B-1 A/C.


 


Dimensions:  20.5" l x 14.5" w x 14.5" h and weighs 25.5 lbs.  Material:  Steel, Aluminum, and Copper.


 


Duration of Contract Period: 5 Year Requirements 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.


In order to receive any 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 R1/C. 


 


Set-aside: N/A


 


The Government intends to issue solicitation FA8118-19-R-0043 on or about 17 June 2019 with a closing response date of 15 September 2019 and estimated award date of on or about 22 April 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.


Rachel Silva, Contract Specialist, Phone 4057394466, Email rachel.silva.1@us.af.mil - Welth Cooper, Contract Specialist, Phone 405-739-5510, Email welth.cooper@us.af.mil

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP