COOLER, HYDRAULIC
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 (Original)
- Original Published Date: Oct 30, 2023 03:37 pm CDT
- Original Response Date: Nov 14, 2023 04:00 pm CST
- Inactive Policy: Manual
- Original Inactive Date: Nov 15, 2023
- Initiative:
- None
Classification
- Original Set Aside:
- Product Service Code: 1650 - AIRCRAFT HYDRAULIC, VACUUM, AND DE-ICING SYSTEM COMPONENTS
- NAICS Code:
- 336413 - Other Aircraft Parts and Auxiliary Equipment Manufacturing
- Place of Performance:
Description
1. Estimated issue date 30 Oct 2023 and estimated closing/response date 27 Oct 2023.
2. RFP #: SPRTA1-23-R-0007
3. Contracting Office Address: 3001 Staff Drive, Tinker AFB, OK 73145
4. PR#: FD2030-23-00137
5. Nomenclature/Noun: Cooler, Hydraulic
6. NSN: 1650-00-856-9290
7. PN: 10-30124-501
8. Application (Engine or Aircraft): B-52
9. AMC: 1C
10. History: Previously purchased 23 EA per Contract SPRTA122C0011 13 Dec 2021.
11. Description: The oil cooler assembly is used to cool the hydraulic fluid (MIL-L-7808) from the constant speed drive.
12. Dimensions: 5.13 inches wide X 15.9 inches long X 8.88 inches high, weighing: 18 lbs.
13. Material: Aluminum and steel
14. A firm fixed price contract is contemplated. The item, estimated quantities and required deliveries are as follows:
Quantity:
LINE ITEM 0001: Cooler. Hydraulic
a) Destination: SW3211
b) Delivery: 24 EA ON OR BEFORE 29 Aug 2023
c) Required Quantity: 24 each
15. Qualified Sources: Sherwood Avionics and Accessories (Cage 3EM37), Honeywell Aerospace (Cage 70210).
16. Set-aside: No Set-aside
17. Critical Safety Item (CSI) applicability: CSI criteria does NOT APPLY to this item.
18. Mandatory Language:
Electronic procedures will be used for this solicitation. Only written requests received directly from the requestors are acceptable. Note: 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 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 call Ombudsman at (405) 734-8241. DO NOT CALL THIS NUMBER FOR SOLICITATION REQUESTS.
19. Authority: 10 U.S.C. 2304(c)(1), Justification: Supplies (or Services) required are available from only one or a limited number of responsible sources(s) and no other type of supplies or services will satisfy agency requirements. The proposed contract action is for supplies and services for which the Government intends to solicit and negotiate with only one, or a limited number of sources under the authority of FAR 6.302.
20. All responsible sources may submit a capability statement, proposal, or quotation which shall be considered by the agency. One or more of the items under this acquisition is subject to Free Trade Agreements.
21. Based upon 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.
22. Item Unique Identification (IUID): Yes
23. Qualification Requirements.: Yes
24. Export Control: Yes
25. Anticipated Award date: Estimated 45 calendar days after solicitation closing date.
Attachments/Links
Contact Information
Contracting Office Address
- DLR PROCUREMENT OPERATIONS (AO) 3001 STAFF DRIVE
- TINKER AFB , OK 73145-3070
- USA
Primary Point of Contact
- MOLLY MUSGROVE
- molly.musgrove@us.af.mil
- Phone Number 4058553190
Secondary Point of Contact
History
- Nov 15, 2023 10:55 pm CSTPresolicitation (Original)