Skip to main content

An official website of the United States government

You have 2 new alerts

Remanufacture of A-10 Turbine Wheel Assembly

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: Jan 28, 2022 12:12 pm CST
  • Original Response Date: Feb 14, 2022 03:00 pm CST
  • Inactive Policy: 15 days after response date
  • Original Inactive Date:
  • Initiative:
    • None

Classification

  • Original Set Aside: Total Small Business Set-Aside (FAR 19.5)
  • Product Service Code: 1660 - AIRCRAFT AIR CONDITIONING, HEATING, AND PRESSURIZING EQUIPMENT
  • NAICS Code:
    • 336413 - Other Aircraft Parts and Auxiliary Equipment Manufacturing
  • Place of Performance:

Description

The United States Air Force through Air Force Sustainment Center (AFSC), Tinker AFB 73145 is contemplating the Remanufacture of A-10 Turbine Wheel Assembly.  The contractor shall provide all labor, facilities, equipment and all material to accomplish remanufacture.  The work encompasses the disassembly cleaning, inspection, maintenance re-assembly, testing, and finishing actions required to return the item to a like-new condition in accordance with the solicitation requirements and all attachments.  A firm fixed price Indefinite Delivery Requirements type contract is contemplated with a one-year basic and four-one year options. 

The requirements set forth in this notice are defined per Purchase Request FD2030-21-00693 as follows:

Written response is required.

Item 0001: Turbine Wheel Assembly – Basic Year plus Four - 1 Year Options; NSN: 1660-00-618-3540 P/N 747698-4; Applicable for a best estimated quantity (BEQ) of Base Year – 24 each/year and Option Year I – 24 each/year, Option Year II – 24 each/year, Option Year III – 24 each/year and Option Year IV – 24 each/year.

Item 0002: Turbine Wheel Assembly - Basic Year plus Four - 1 Year Options; NSN: 1660-01-122-2577; Applicable for a best estimated quantity (BEQ) of Base Year – 6 each/year and Option Year I – 6 each/year, Option Year II – 6 each/year, Option Year III – 6 each/year and Option Year IV – 6 each/year.

Item 0003: Turbine Wheel Assembly - Basic Year plus Four - 1 Year Options; NSN: 1660-01-180-2069TP; Applicable for a best estimated quantity (BEQ) of Base Year – 6 each/year and Option Year I – 6 each/year, Option Year II – 6 each/year, Option Year III – 6 each/year and Option Year IV – 6 each/year.

Item 0004: Turbine Wheel Assembly - Basic Year plus Four - 1 Year Options; Over and Above. To be negotiated.

Item 0005: Turbine Wheel Assembly - Basic Year plus Four - 1 Year Options; Data not separately priced.

NSN: 1660-00-618-3540:

Function:  A-10 Turbine Wheel Assembly

Delivery:  5 each every month beginning 30 days after receipt of order (ARO) and reparable units. Early delivery is acceptable.

NSN: 1660-01-122-2577:

Function:  A-10 Turbine Wheel Assembly

Delivery:  3 each every month beginning 30 days after receipt of order (ARO) and reparable units. Early delivery is acceptable.

NSN: 1660-01-180-2069TP:

Function:  A-10 Turbine Wheel Assembly

Delivery:  3 each every month beginning 30 days after receipt of order (ARO) and reparable units. Early delivery is acceptable.

Ship To:  Shipping instructions will be provided by the Production Management Specialist (PMS) prior to any shipments of serviceable assets.

Duration of Contract Period: 5 Year Requirements Contract (Basic Year with Four – 1 Year Options)

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.  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 approve sources. 

In order to receive any technical data related to this acquisition, offerors must send an email request to John Freeman at John.Freeman.16@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.**

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.

Export Control:  N/A

This is a competitive requirement to approved Small Businesses.

The RMC is R1/C. 

Set-aside: Small Business set aside

The Government intends to issue solicitation on or about 15 Feb 2022 with a closing response date of 16 March 2022 and estimated award date of on or about 20 April 2022.  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 15 days of this notice. 

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.

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

AFJMAN 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

N/A                                           N/A                                           N/A

OMBUDSMAN (AUG 2005) (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.

Electronic procedures will be used for this solicitation. No telephone requests. Only written or emailed requests received directly from the requestor are acceptable.

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

Secondary Point of Contact

History