Remanufacture of F-15 Hydraulic Motor Pump
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: Jul 15, 2024 05:02 pm CDT
- Original Date Offers Due: Aug 15, 2024 03:00 pm CDT
- Inactive Policy: 15 days after date offers due
- Original Inactive Date: Aug 30, 2024
- 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: USA
Description
The United States Air Force through Air Force Sustainment Center (AFSC), Tinker AFB 73145 is contemplating the Remanufacture of F-15 Hydraulic Motor Pump. 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 three-year basic and two-one year options.
Written response is required.
Item 0001: Gearbox Assembly, Thrree Year Basic plus Two - 1 Year Options; NSN: 1650- 01-465-0735, P/N: 887750; Applicable to F-15 aircraft. Base year qty 25 each/yr. Option Year 1 qty 15. Option Year 2 qty 15.
Item 0002: Over and Above. To be negotiated.
Item 0003: Data (Not Separately Priced)
Function: Convert hydraulic power into rotary motion.
Dimensions: 14.0” h x 15.0” w x 25.0” l and weighs 15.0 lbs. Material: Steel,
Aluminum and Brass.
Delivery: 1 each every 30 days after receipt of order and reparable units. Deliver 1 each every 30 days thereafter; until production is complete. Early delivery is acceptable.
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.
Current Approve Sources include:
EATON AEROSPACE LLC CAGE CODE: 62983
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 sole source requirement to approved Large Business:
EATON AEROSPACE LLC CAGE CODE: 62983
The RMC is R3/D.
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 responses. Vendor identities will not be discloed. 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 o erors must specify whether they are a U.S. or foreign-owned firm.
OMBUDSMAN (AUG 2005) (An Ombudsman has been appointed to hear concerns from o erors or potential o erors 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 o icer, 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.
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
- Morgan Mcgarity
- morgan.mcgarity@us.af.mil
Secondary Point of Contact
History
- Aug 30, 2024 10:55 pm CDTSolicitation (Original)
- Jul 30, 2024 10:55 pm CDTPresolicitation (Original)