Solicitation for Remanufacture of B-52 Magnetic Powder Clutch
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: Jan 13, 2022 11:46 am CST
- Original Published Date: Jan 22, 2021 12:49 pm CST
- Updated Date Offers Due: Feb 14, 2022 03:00 pm CST
- Original Date Offers Due: Feb 22, 2021 03:00 pm CST
- Inactive Policy: 15 days after date offers due
- Updated Inactive Date: Mar 01, 2022
- Original Inactive Date: Mar 09, 2021
- Initiative:
- None
Classification
- Original Set Aside:
- Product Service Code: 1680 - MISCELLANEOUS AIRCRAFT ACCESSORIES AND COMPONENTS
- NAICS Code:
- 336413 - Other Aircraft Parts and Auxiliary Equipment Manufacturing
- Place of Performance: Tinker AFB , OK 73145USA
Description
1. The United States Air Force through Air Force Sustainment Center (AFSC), Tinker AFB 73145 is contemplating the Remanufacture of B-52 Magnetic Powder Clutch, NSN: 1680-00-621-4381. The contractor shall provide all labor, facilities, equipment and all material to accomplish the remanufacture. The work encompasses significantly or completely disassembling an item to its individual components; reworking, rehabilitating, or replacing worn or damaged components; reassembly; and test such that the item is returned to its original life expectancy (i.e. reliability), or nearly so, in accordance with the solicitation requirements and all attachments. A firm fixed price Indefinite Delivery Indefinite Quantity (IDIQ) type contract is contemplated with a three (3) year ordering period.
The Government intends to issue solicitation FA8118-21-R-0023 on or about 20 January 2021 with a closing response date of 19 February 2021 and estimated award date of on or about 31 March 2021. This notice does not in itself represent the issuance of a formal request for proposal and is not intended to be taken as such.
Based upon market research, the Government will not be using policies contained in Part 12, Acquisition of Commercial Items, in its solicitation for the described supplies or services. However, interested parties may identify to the contracting officer their interest and capability to satisfy the Government's requirement with a commercial item within 30 days of this notice.
2. The requirements set forth in this notice are defined per Purchase Request FD2030-20-02259.
3. Application: Remanufacture of B-52 Magnetic Powder Clutch
4. NSN and P/N: NSN: 1680-00-621-4381; P/N: 100807-01
5. RMC: R5/R
6. Duration of Contract Period: Three (3) year ordering period.
7. Total Line Item Quantity: All quantities are estimated based; Best Estimated Quantities are as follows:
Line Item 0001:
Remanufacture of B-52 Magnetic Powder Clutch
NSN: 1680-00-621-4381
PN: 100807-01
Applicable to B-52 aircraft for a Best Estimated Quantity (BEQ) of Minimum: 5 each / Maximum: 10 each
Line Item 0002: Over and Above. To Be Negotiated
Line Item 0003: Data (Not Separately Priced)
8. Delivery: Deliver unit(s) 1 each every 45 days after receipt of order & assets; until production is complete. Early delivery is acceptable
9. Ship to: Shipping instructions will be provided by the Production Management Specialist (PMS) prior to any shipments of serviceable assets.
10. Function: Clutch, operates the brake assembly
Dimensions: 6.0000” L x 3.5000” W x 3.5000” H and weighs 1.0000 lbs
Material: Aluminum, steel and copper
11. Qualification Requirements: QUALIFICATION REQUIREMENTS APPLY.
Interested vendors that have not been previously qualified for this acquisition must submit a Source Approval Request (SAR) package to the Source Development, Small Business Office at 405-739-7243. IAW FAR 5.207(c)(16)(i), all responsible sources may submit a bid, proposal, or quotation which shall be considered by the agency. 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.
Part requires engineering source approval by the design control activity in order to maintain the quality of the part. Existing unique design capability, engineering skills, and manufacturing knowledge by the qualified source(s) require acquisition of the part from approved sources.
Current approved source include: This is a sole source requirement to approved Large Business:
Ontic Engineering and Manufacturing, Inc. CAGE Code: 45934
Some units of items listed in Section B may, upon disassembly and/or inspection, be determined to be beyond repairable limits specified in the Work Specification and/or Technical Orders. Any cost for work performed by the Contractor, prior to determination that such equipment is beyond repairable limits, shall be included in the unit price(s) of the listed item(s). Condemned units will not be counted as production.
12. Set-aside: Not Applicable
13. Export Control: Not Applicable
14. UID Note to Contractor: If unit price of item (not repair cost) exceeds $5,000, then UID requirements will apply. Please see DFARS 252.211-7003 and DFARS 211.274-2 for further requirements for UID marking.
15. Applicable Tech Orders: The Government does not own applicable technical orders or data rights for this item.
APPLICABLE TECHNICAL ORDERS
Specific Technical Orders
PART NUMBER REMANUFACTURE MANUAL/TO NUMBER TITLE
100807-01 N/A OEM Specifications
General Technical Orders
TO NUMBER DATE TITLE
00-5-1 14 June 2016 AF TECHNICAL ORDER SYSTEM
00-5-3 1 April 2016 AF TECHNICAL ORDER LIFE CYCLE MANAGEMENT
00-35D-54 1 September 2015 USAF DEFICIENCY REPORTING, INVESTIGATION
AND RESOLUTION
OTHER PUBLICATIONS FOR INFORMATION PURPOSES ONLY
NOTE: These publications are for information purposes only.
Air Force Manuals
DOCUMENT NUMBER DATE TITLE
AFI 23-101 12 December 2016 AIR FORCE MATERIAL MANAGEMENT
AFMAN 23-215 6 August 2001 REPORTING OF SUPPLY DISCREPANCIES
DoD/Air Force Forms
FORM NUMBER TITLE
SF 364 REPORT OF DISCREPANCY
SF 368 QUALITY DEFICIENCY REPORT
DD1574 SERVICEABLE TAG – MATERIEL
DD1574-1 SERVICEABLE LABEL – MATERIEL
DD1577-2 UNSERVICEABLE (REPAIRABLE) TAG – MATERIEL
DD1577-3 UNSERVICEABLE (REPAIRABLE) LABEL – MATERIEL
DD1577 UNSERVICEABLE (CONDEMNED) TAG – MATERIEL
DD1577-1 UNSERVICEABLE (CONDEMNED) LABEL – MATERIEL
DD1575 SUSPENDED TAG – MATERIEL
DD1575-1 SUSPENDED LABEL – MATERIEL
AFMC FORM 158 PACKAGING REQUIREMENTS
CONTRACTOR DOCUMENTS
PART NUMBER DRAWING NUMBER TITLE AND DATE
100807-01 N/A OEM Specifications
16. In order to receive any technical data related to this acquisition, offerors must send an email request to Shawn Peterman at shawn.peterman@us.af.mil. Release of any data is subject to applicable data rights. The request shall be on company letterhead and include the applicable solicitation number, the specific data needed (including TO and/or drawing numbers), and a copy of the current, approved DD Form 2345. The form, including instructions for completing the form, is available at: http://www.dtic.mil/whs/directives/infomgt/forms/forminfo/forminfopage2220.html.
The Government is not responsible for incomplete, misdirected, or untimely requests.**
17. All questions regarding this notice are to be submitted in writing via E-mail. All questions submitted to this office are subject to be posted in this notice along with the appropriate response(s). Vendor identities will not be disclosed. Prospective offerors must comply with all the requirements of the solicitation and any attachments thereto to be considered responsive. All offerors are to specify in their response whether they are a large business, small business, small disadvantaged business, 8(a) concern, women-owned small business, HUBZone small business, veteran-owned small business or service-disabled veteran-owned small business. Also offerors must specify whether they are a U.S. or foreign-owned firm.
18. 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 the Ombudsman at 405-736-3273. DO NOT CALL THIS NUMBER FOR SOLICITATION REQUESTS.
19. Electronic procedures will be used for this solicitation. No telephone requests. Only written or emailed requests received directly from the requestor are acceptable.
20. Point of Contact:
Shawn Peterman (Specialist)
Phone: 405-734-4466
Email: shawn.peterman@us.af.mil
Welth Cooper (Contracting Officer)
Phone: 405-739-5510
Email: Welth.Cooper@us.af.mil.
Attachments/Links
Contact Information
Contracting Office Address
- CP 405 739 2048 3001 STAFF DR STE 1AC4 99A
- TINKER AFB , OK 73145-3303
- USA
Primary Point of Contact
- Shawn Peterman
- Shawn.Peterman@us.af.mil
- Phone Number 4057394466
Secondary Point of Contact
History
- Mar 01, 2022 10:55 pm CSTSolicitation (Updated)
- Jan 13, 2022 11:40 am CSTSolicitation (Updated)
- Jan 13, 2022 11:37 am CSTSolicitation (Updated)
- Mar 09, 2021 10:55 pm CSTSolicitation (Original)
- Feb 04, 2021 10:55 pm CSTPresolicitation (Original)