Solicitation-C-5 Nose Landing Gear Door Gearboxes
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: Solicitation (Updated)
- Updated Published Date: Dec 06, 2024 09:50 am EST
- Original Published Date: Aug 20, 2024 12:14 am EDT
- Updated Date Offers Due: Dec 20, 2024 05:00 pm EST
- Original Date Offers Due: Sep 21, 2024 03:30 am EDT
- Inactive Policy: 15 days after date offers due
- Updated Inactive Date: Jan 04, 2025
- Original Inactive Date: Oct 06, 2024
- Initiative:
- None
Classification
- Original Set Aside:
- Product Service Code: J016 - MAINT/REPAIR/REBUILD OF EQUIPMENT- AIRCRAFT COMPONENTS AND ACCESSORIES
- NAICS Code:
- 811210 - Electronic and Precision Equipment Repair and Maintenance
- Place of Performance: Warner Robins , GA 31098USA
Description
1. THE SOLICITATION (Amendment FA8538-24-R-0021-0002 IS IN EFFECT AND WILL BE ATTACHED TO THIS POSTING.
RESPONSE DATE WILL BE NO LATER THAN (NLT);
20 December 2024 NLT 5:00 0PM EST.
a. Amendment 001, listed below information is reflected in Amendment 0002
b. Amendment 001 was hereby closed on 05 October 2024 NLT 330PM EST but is still available for download.
c. Please refer to Original RFP FA8538-24-R-0021 for all other factors related to this Notice
2. THIS REQUIREMT WILL BE FULL AND OPEN COMPETITION. THE GOVERNMENT OWNS A FULL AND COMPLETE TECHNICAL DATA PACKAGE.
ATTENTION: SMALL BUSINESS RESPONDENTS who are interested in participation for this effort:
a. No set aside decision has been made; however, the Government will determine the final strategy after thorough analysis of the small business responses and other market research available, considering the demonstrated interest and capability.Please ensure that you provide a thorough response to each question. If your company does not currently possess the full capability required to fulfill the entire requirement, what teaming/partnership/joint venture/subcontracting arrangement do you have in place to fulfill the government needs? Providing evidence of this arrangement, e.g. emails, letter, etc. that demonstrates a united response to this SSS is highly encouraged, but not required. The evidence should state the type of arrangement and the role each member will fulfill. If you are only interested in being a subcontractor to the future awardee, state the portion of the work that yourorganization has capability of fulfilling.
b. Identify any areas of work that your organization believes should be broken out exclusively for Small Business.
c. . Both large and small businesses are encouraged to participate in this Market Research.
d. Joint ventures or teaming arrangements are encouraged
3. Interested parties SHALL be registered in the Joint Certification Program and approved to view Export Control, and SHALL submit evidence of their certification in order to obtain the associated technical data packages. To obtain copies of the bidset documents, an interested vendor must be registered in the Joint Certification Program (JCP). Interested vendors are to request copies of the bidsets by providing their CAGE number to both Caiveon Thomas (Caiveon Thomas@us.af.mil) and Karen Beckford (karen.beckford@us.af.mil) to verify registration in JCP. Upon verification, bidset zip files will be sent via the "DOD Safe" website. To become registered in the JCP, interested vendors can do so at the website located below: https://www.dla.mil/HQ/LogisticsOper ations/Services/JCP..
a. Listed Technical Data Packages for Overhaul Instructions will be requested by the Offeror;
177370-2 / 1680-01-159-9590 / NLG Door 90-degree Gearbox Assembly : 16G1-146-4 (IPB)/ 16G1-146-3 (Overhaul Instruction)
177380-2 / 1680-01-159-9591 / NLG Door 48-degree Gearbox Assembly : 16G1-164-4 (IPB)/ 16G1-164-3 ( Overhaul Instruction)
182700-1 / 1680-01-173-0434 / NLG Door Gearbox Assembly: 16G1-165-4 (IPB)/ 16G1-165-3 (Overhaul Instruction)
182700-2 / 1680-01-172-9295 / NLG Door Gearbox Assembly : 16G1-165-4 (IPB) / 16G1-165-3 (Overhaul Instruction)
182750-1 / 1680-01-161-7430 / NLG Door Center Gearbox Assembly: 16G1-166-4 (IPB)/ 16G1-166-3 (Overhaul Instruction)
4. This award will result in a Firm Fixed Price Requirements Type Overhaul Contract , consisting of a 5- (1) one Year Basic Ordering Period and (3) -1 One Year Option Periods. Totaling a Period of 8 years.
NSNs /QTYs Are as Follows:
1.1680-01-159-9590UC; NOUN: GEARBOX ASSEMBLY AI; BEQ: 14
2.1680-01-159-9591UC; NOUN: GEARBOX ASSEMBLY AI; BEQ: 14
3. 1680-01-173-0434UC; NOUN: GEARBOX ASSEMBLY AI; BEQ: 7
4. 1680-01-172-9295UC; NOUN: GEARBOX ASSEMBLY AI; BEQ: 7
5. 1680-01-161-7430UC; NOUN: GEARBOX ASSEMBLY AI; BEQ: 7
A QUESTIONAIRE DOCUMENT WILL BE POSTED AND UPDATED ON A CONSTANT BASIS.
Amendment 001 Solicitation document is attached
Amendment 002 Solicitation document is attached
Amendment 003 Solicitation document is attached
Attachments/Links
Contact Information
Contracting Office Address
- CP 478 926 3980 235 BYRON ST BLDG 300 STE 19A
- ROBINS AFB , GA 31098-1670
- USA
Primary Point of Contact
- Caiveon Thomas
- caiveon.thomas@us.af.mil
Secondary Point of Contact
- J. McKenzie Grinstead
- jessica.grinstead@us.af.mil
History
- Jan 26, 2025 12:08 am ESTSolicitation (Updated)
- Dec 06, 2024 02:20 pm ESTSolicitation (Updated)
- Dec 06, 2024 09:50 am ESTSolicitation (Updated)
- Nov 06, 2024 12:52 pm ESTSolicitation (Updated)
- Nov 06, 2024 12:16 pm ESTSolicitation (Updated)
- Oct 22, 2024 11:55 pm EDTSolicitation (Updated)
- Aug 20, 2024 12:14 am EDTSolicitation (Original)
- Aug 16, 2024 11:55 pm EDTSources Sought (Original)