SPRTA123R0002 NSN 2840-01-582-2797 Hot Section Module Exchange F100-229 PN4089013-800
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: Presolicitation (Updated)
- Updated Published Date: Oct 07, 2022 11:39 am CDT
- Original Published Date: Sep 15, 2022 10:08 pm CDT
- Updated Response Date: Nov 16, 2022 11:59 pm CST
- Original Response Date: Nov 16, 2022 11:59 pm CST
- Inactive Policy: Manual
- Updated Inactive Date: Nov 16, 2023
- Original Inactive Date: Nov 16, 2023
- Initiative:
- None
Classification
- Original Set Aside:
- Product Service Code:
- NAICS Code:
- 336412 - Aircraft Engine and Engine Parts Manufacturing
- Place of Performance: USA
Description
Update 07 Oct 2022: Solicitation number for this synopsis is revised from SPRTA122R0179 to SPRTA123R0002 in order to coordinate with the current 2023 fiscal year.
F100 Engine Module Exchange Program
1. The solicitation estimated issue date is 30 Sep 2022 with an estimated response date of 16 Nov 2022.
2. Solicitaiton: SPRTA123R0002
3. Purchase Request FD2030-22-32579 / CCar # F3YCAH2231A001
4. Noun: Hot Section Module
5. NSN: 2840-01-582-2797NZ
6. P/N: 4089013-800
7. Applicable to: F100
8. AMC: 3V
9. History: Previously awarded to Raytheon Technologies Corporation for hot section modules via contract, FA8121-15-C-0009; on 27 April 2015 via Exchange/Sale of Personal Property, an authority provided by Section 503 of Title 40, united States Code.
10. Description/Function: This item is the engine core module assembly. This critical safety item compresses air received from the inlet fan module, combines that compressed air with fuel, and ignites the air-fuel mixture to provide the thrust required for sustained flight in non-augmented engine operations.
11. Dimensions: 90.00 inches long X 60.00 inches wide X 65.00 inches high, weighing 1,080.00 lbs.
12. Material: Composed of titanium alloy
13. Qualified Source: Raytheon Technologies Corporation (Cage 52661)
14. Comprehensive Engine Management System Reporting Applicable
15. Export Control: Yes
16. Critical Safety Item
17. New manufacture only
18. Contract Type: New manufacture / Firm Fixed Price
19. Use of the provision at 252.217-7002 , Offering Property for Exchange, when offering nonexcess personal property for exchange is applicable.
20. UID Marking Requirments: Yes
21. Quantity Range 4 Each to 7 Each
The current required quantity is 5 ea. However, the required quantity may change therefore contractor shall provide proposed exchanges/prices to each of the quantities from 4 to 7 each. CLIN structure within the solicitation will include a CLIN for the modules with the exchange and a CLIN for the modules without the exchange. The quantity of this solicitation will be re-evaluated upon receipt of the contractor’s proposal.
22. Required Delivery Schedule: 10 units per month beginning 444 days ARO contract. Early deliveries acceptable.
23. FOB Origin delivered to DLA Distribution Depot Oklahoma, Tinker AFB, OK 73145
24. Mandatory Language:
The current qualified source is Raytheon Technologies Corporation (Cage 52661). Authority: 10 U.S.C. 2304(c)(1), Justification: Supplies (or Services) required are available from only one or a limited number of responsible source(s) and no other type of supplies or services will satisfy agency requirements. The proposed contract action is for supplies in which the Government intends to solicit and negotiate with only one source, or a limited number of sources under the authority of FAR 6.302-1. This notice of intent is not a request for competition. However, all proposals received within 60 days (30 days if award is issued under an existing basic ordering agreement) after date of publication of this synopsis will be considered by the Government. A determination by the Government not to compete this proposed contract based upon responses to this notice is solely within the discretion of the Government. Information received will normally be considered solely for the purpose of determining whether to conduct a competitive procurement. In accordance with FAR 5.207(c)(16)(ii), all responsible sources may submit a capability statement, proposal or quotation, which shall be considered by the agency. It is suggested that small business firms or others interested in subcontracting opportunities in connection with the described procurement make contact with the firm listed.
25. Commerciality:
Based on market research, the Government is not using the policies contained in FAR Part 12, Acquisition of Commercial Items, in its solicitation for the described supplies or services. However, interested persons 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.
26. 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 the 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 contact the Ombudsman at (405) 855-3556. DO NOT CALL THIS NUMBER FOR SOLICITATION REQUESTS.
27. Electronic procedures will be used for this solicitation. Hardcopies of the solicitation will not be sent from this office. The solicitation will be available for download on the release date only from www.sam.gov. Questions concerning this synopsis or subsequent solicitation can be directed to Tracy Clendennen at (405) 855-3552 or email at tracy.clendennen@us.af.mil.
Attachments/Links
Contact Information
Contracting Office Address
- DLR PROCUREMENT OPERATIONS (AO) 3001 STAFF DRIVE
- TINKER AFB , OK 73145-3070
- USA
Primary Point of Contact
- Tracy Clendennen
- tracy.clendennen@us.af.mil
- Phone Number (405) 739-9071
Secondary Point of Contact
- Jeremy Bryant
- Jeremy.bryant@us.af.mil
- Phone Number (405) 855-7112
History
- Nov 23, 2023 10:55 pm CSTSolicitation (Original)
- Nov 16, 2023 10:55 pm CSTPresolicitation (Updated)
- Dec 31, 2022 10:56 pm CSTSources Sought (Original)
- Oct 07, 2022 10:52 am CDTPresolicitation (Updated)
- Sep 15, 2022 10:08 pm CDTPresolicitation (Original)