Skip to main content

An official website of the United States government

You have 2 new alerts

A-10 SPEEDBRAKE 1560015914396FJ, 1560015923322FJ (30 DAY SOLICITATION)

info alert

Note: There have been new actions to this contract opportunity. To view the most recent action, please click here.

Looking for contract opportunity help?

APEX Accelerators are an official government contracting resource for small businesses. Find your local APEX Accelerator (opens in new window) for free government expertise related to contract opportunities.

APEX Accelerators are funded in part through a cooperative agreement with the Department of Defense.

The APEX Accelerators program was formerly known as the Procurement Technical Assistance Program (opens in new window) (PTAP).

General Information

  • Contract Opportunity Type: Combined Synopsis/Solicitation (Updated)
  • Updated Published Date: Apr 21, 2022 12:03 pm MDT
  • Original Published Date:
  • Requirements Strategy:
  • Inactive Policy: 15 days after date offers due
  • Updated Inactive Date: May 19, 2022
  • Original Inactive Date:
  • Authority:
  • Fair Opportunity / Limited Sources Justification Authority:
  • Initiative:
    • None

Classification

  • Original Set Aside:
  • Product Service Code:
  • NAICS Code:
  • Place of Performance:

Description

A-10 SPEEDBRAKE 1560015914396FJ, 1560015923322FJ

qualification Requirements: See FAR Part 52.209-1 Qualification Requirements. The requirements of FAR 9.202(a) apply. Sources must be qualified prior to being considered for award. Interested vendors that have not been previously approved for this acquisition must submit a Source Approval Request (SAR) package to the Source Development Small Business Office. 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. Approved/Potential Sources: ____NORTHROP, NORDAM, KAMAN, BOEING, MEREX_______________________

All responsible sources may submit a bid, proposal, or quotation which shall be considered by the agency. (FAR 5.207(c)(16)(i))

Any capability statement will need to demonstrate to the government engineer how the source can manufacture/supply Inner Duct Panel/Frame. A-10 Aircraft while maintaining the quality of the part that meets or exceeds the government requirements.  See attached Qualification Requirements

Award will be made only if the offeror, the product/service, or the manufacturer meets qualification requirements at the time of award in accordance with FAR clause 52.209-1.  The solicitation identifies the office where additional information can be obtained concerning qualification requirements are cited in each individual solicitation.

Foreign Participation is NOT Permitted at the Prime Contractor Level.

Duration of Contract Period: 1007 DAYS ARO FA APROVAL/ARO CONTRACT

Anticipated award date: 26 MAY 2022

Respondents are to specify whether they are large business, small business, small disadvantaged business, 8(a) concern, women-owned SB, Hubzone SB, Veteran-owned SB, or Service-disabled veteran- owned SB, and whether U.S. or foreign-owned firm. (AFMC MP5305.207(c)(91))

PaymenT terms are Net 30 days after government acceptance in Wide Area Workflow (WAWF).  All payments are to be paid via the Internet through the Wide Area Workflow (WAWF) system.  WAWF may be accessed at https://wawf.eb.mil.  WAWF training may be accessed online at http://wawftraining.com.  Payment information may be accessed using the DFAS website at https://www.dfas.mil.  The purchase order/contract number or invoice will be required to inquire status of payment.

Electronic procedures will be used for the solicitation.

All current and/or future information about this acquisition, i.e. solicitation, attachments, Amendments, Questions and Answers (Q&A's), etc., will be distributed through FBO, therefore, interested parties are responsible for monitoring this site to ensure they have the most-up-to-date information about this acquisition.

All correspondence sent via e-mail shall contain a subject line that reads the synopsis/solicitation number and title of requirement.  Note that e-mail filters at Hill AFB are designed to filter e-mails without subject lines or with suspicious subject lines or contents (i.e., .exe or .zip files).  Therefore, if this information is not included in the subject line, the e-mail may not get through the e-mail filters.  Also, be advised that .zip or .exe files are not allowable attachments and may be deleted by the e-mail filters at Hill AFB.  If sending attachments with e-mail, ensure only .PDF, .doc, .docx, or .xls documents are sent.  The e-mail filter may delete any other form of attachments.

All offerors wishing to be considered must be currently registered with System for Award Management (SAM) at www.sam.gov.  

List of applicable Line Item Numbers (LINs): **Numbering of LINs is not SPECIFIC but for INFORMATIONAL PURPOSES ONLY**

Line Item: 0001, INFORMATION CLIN

Line Item: 0001AA, 2 EACH, FA TEST REPORTS

Line Item: 0001AB FA CLIN, 1 EA, SPEEDBRAKE, 1560015914396FJ  

Line Item: 0001AC, PRODUCTION CLIN, 2 EA, SPEEDBRAKE, 1560015914396FJ

Line Item: 0002, INFORMATION CLIN

Line Item: 0002AA FA CLIN, 1 EA, SPEEDBRAKE, 1560015923322FJ  

Line Item: 0002AB, PRODUCTION CLIN, 1 EA, SPEEDBRAKE, 1560015923322FJ

Contact Information

Primary Point of Contact

Secondary Point of Contact

History