A-10 SKIN PN: 160D611502-8 NSN: 1560-01-124-4882FJ
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: Presolicitation (Updated)
- Updated Published Date: Mar 09, 2022 04:27 pm MST
- Original Published Date: Mar 02, 2022 01:02 pm MST
- Updated Response Date: Apr 16, 2022 04:00 pm MDT
- Original Response Date: Apr 16, 2022 04:00 pm MDT
- Inactive Policy: 15 days after response date
- Updated Inactive Date:
- Original Inactive Date:
- Initiative:
- None
Classification
- Original Set Aside:
- Product Service Code: 1560 - AIRFRAME STRUCTURAL COMPONENTS
- NAICS Code:
- 336413 - Other Aircraft Parts and Auxiliary Equipment Manufacturing
- Place of Performance: USA
Description
This is a pre-solicitation synopsis in accordance with FAR 5.201. This is not a Request for Proposal or Quote (RFP/RFQ) or an Invitation For Bid (IFB), nor is it construed as a commitment by the Government. The synopsis is prepared for the purpose of notifying potential offerors of an upcoming solicitation. For timely acquisition the DRAFT RFP and SECTION L&M is included with the notice. If no viable feedback is received the formal copy will be the same and posted as scheduled on 17MAR2022.
Requirement: PN: 160D611502-8 NSN: 1560-01-124-4882FJ (MIN Qty 78EA (includes first article)/ MAX Qty 228EA). Higher level contract quality certification required. Potential offerors must submit AS9100 certification or higher with the bid and with the Source Approval Request (SAR), if not a qualified manufacturer.
Acquisition Type: Full & Open Competition to Qualified Manufacturers – Total Small Business Set-Aside.
Contract Type: FFP Single-Award IDIQ with a five year ordering period
Acquistion Threshold and Scope: Per the Independent Government Estimate (IGE) the total estimated acquisition value is less than $5M threshold and thus, the Government does not have the authority and clearance to exceed this acquisition scope. Foreign participation is NOT permitted at the prime contractor level.
Acquistion Schedule: Post Synopsis 2-16 MAR2022; post RFP 17MAR2022-16APR2022; award NLT 30 days after RFP close-out date or by 16MAY2022.
Technical Data Package (TDP) Access: Offers shall be IAW the current TDP. To access TDP contractor must have a registered role in SAM.gov. Login and search by Exact Phase the purchase request (PR) number “FD20202200150”. Select “Request Access” and e-mail the PCO so he/she can grant access to the TDPs. Please note the PCO does not receive notifications of the request any other way.
Acquisition Subject to Qualification Requirement. Replenishment parts must be acquired so as to ensure the safe, dependable, and effective operation of the military aircraft, the A-10s, and thus military aircraft parts are subject to qualification requirements per FAR 17.7, Acquisition of Replenishment Parts and FAR 9.2, Qualification Requirements. Potential offerors must be qualified manufacturer(s) to bid. Potential offerors may submit a Source Approval Request (SAR) per the attached Source Qualification Statement Spares (SQSS). All responsible qualified manufacturers may submit a bid, proposal, or quotation which shall be considered by the agency. As prescribed in FAR 9.202 (e) and (d), 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 nor refer challenges to the qualification requirements to the small business administration.
CLIN 0001: MIN QTY 78EA
CLIN 0001 PN: 160D611502-8 NSN: 1560-01-124-4882FJ
CLIN 0001AA Production Articles 77EA
CLIN 0001AB First Article 1EA
CLIN 0002: ADDITIONAL/ MAX QTY 150EA
Contractor shall state minimum qty per order (if applicable, if not applicable "N/A") Min Qty____. Unit price sheet for each out years (after FA acceptance, if required): Yr 1 (FY2023) $____; Yr 2 (FY2024) $____; Yr 3 (FY2025) $_____; Yr 4 (FY2026) $_____
CLIN 0003 FATR CDRL (NSP)
Attachments/Links
Contact Information
Contracting Office Address
- BLDG 1215 CP 801 775 6535 6050 GUM LANE
- HILL AFB , UT 84056
- USA
Primary Point of Contact
- Leslie Evans
- leslie.evans.1@us.af.mil
- Phone Number 8015863964
Secondary Point of Contact
History
- Mar 31, 2022 05:56 am MDTPresolicitation (Updated)
- Mar 30, 2022 03:34 pm MDTPresolicitation (Updated)
- Mar 29, 2022 03:32 pm MDTPresolicitation (Updated)
- Mar 29, 2022 03:29 pm MDTPresolicitation (Updated)
- Mar 10, 2022 10:39 am MSTPresolicitation (Updated)
- Mar 09, 2022 04:27 pm MSTPresolicitation (Updated)
- Mar 09, 2022 04:21 pm MSTPresolicitation (Updated)
- Mar 07, 2022 10:33 am MSTPresolicitation (Updated)
- Mar 07, 2022 09:52 am MSTPresolicitation (Updated)
- Mar 03, 2022 11:44 am MSTPresolicitation (Updated)
- Mar 03, 2022 06:00 am MSTPresolicitation (Updated)
- Mar 02, 2022 01:02 pm MSTPresolicitation (Original)