Overhaul F100-PW-229 8th Stage Stators 2840013674825NZ/4077878-01, 2840013674826NZ/4083978-02, 2840013674827NZ/4077878-03
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 (Original)
- Original Published Date: Aug 22, 2023 07:09 am CDT
- Original Date Offers Due: Sep 22, 2023 05:00 pm CDT
- Inactive Policy: 15 days after date offers due
- Original Inactive Date: Oct 07, 2023
- Initiative:
- None
Classification
- Original Set Aside:
- Product Service Code: 2840 - GAS TURBINES AND JET ENGINES, AIRCRAFT, PRIME MOVING; AND COMPONENTS
- NAICS Code:
- 336412 - Aircraft Engine and Engine Parts Manufacturing
- Place of Performance:
Description
Synopsis
FD2030-22-01898
- Estimated issue date 10 Aug 2023 and estimated closing/response date 10 Sept 2023.
- RFP #: FA8121-23-R-0024
- Contracting Office Address: 3001 Staff Drive Tinker AFB, OK 73145
- PR#: FD2030-22-01898
- Nomenclature/Noun: Vane Assembly, Compr
- NSNs: 2840013674825NZ
2840013674826NZ
2840013674827NZ
- PN: 4077878-01
4083978-02
4077878-03
- Application (Engine or Aircraft): F100
- Description: Compressor Vane Assembly
- A firm fixed price contract is contemplated. The item, quantities and required deliveries are as follows:
Quantity: 50
LINE ITEM 0001: Vane Assembly, Compressor
- Destination: SW3211
- Delivery: 90 Days ARO, 14 EA per month
- Required Quantity: 50 each
Quantity: 50
LINE ITEM 0002: Vane Assembly, Compressor
- Destination: SW3211
- Delivery: 90 Days ARO, 14 EA per month
- Required Quantity: 50 each
Quantity: 10
LINE ITEM 0003: Vane Assembly, Compressor
- Destination: SW3211
- Delivery: 90 Days ARO, 14 EA per month
- Required Quantity: 10 each
Quantity: 1
LINE ITEM 0004: Data
- Destination: SW3211
- Delivery: TBD
- Required Quantity: 1 LT
Quantity: 1
LINE ITEM 0005: O&A
- Destination: SW3211
- Delivery: TBD
- Required Quantity: 1 LT
- Qualified Sources:
-
-
- Pratt & Whitney (Cage: 77445)
-
-
- Set-aside: No Set-aside
- Critical Safety Item (CSI) applicability: CSI criteria does APPLY to this item.
- Mandatory Language:
Electronic procedures will be used for this solicitation. 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.
- 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.
- 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.
- 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.
- Qualification Requirements are applicable.
- Item Unique Identification (IUID): Yes
- Export Control Requirements: Offerors are REQUIRED to be "EXPORT CONTROLLED" certified in order to receive and view the drawings associated with this solicitation. If an offeror intends to become Export Controlled Certified, a website for registration exists: www.dlis.dla.mil/jcp.
- Anticipated Award date: estimated 45 calendar days after solicitation closing date
- The solicitation will be available for download on the release date from www.SAM.gov. No telephone requests. Questions concerning this synopsis or subsequent solicitation can be directed to Keith Russ at michaela.grandstaff@us.af.mil.
Attachments/Links
Contact Information
Contracting Office Address
- CP 405 739 4106 3001 STAFF DR STE 1AF198C
- TINKER AFB , OK 73145-3303
- USA
Primary Point of Contact
- Michaela Grandstaff
- michaela.grandstaff@us.af.mil
Secondary Point of Contact
- Treva Billinger
- treva.billinger@us.af.mil
- Phone Number 4057344637
History
- Oct 07, 2023 10:55 pm CDTSolicitation (Original)
- Sep 25, 2023 10:55 pm CDTPresolicitation (Original)