Skip to main content

An official website of the United States government

You have 2 new alerts

AIRCRAFT, EAGLE F-15; BEAM, AIRCRAFT

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: Feb 19, 2025 10:28 pm EST
  • Original Response Date: Apr 07, 2025 02:00 pm EDT
  • Inactive Policy: 15 days after response date
  • Original Inactive Date: Apr 22, 2025
  • Initiative:
    • None

Classification

  • Original Set Aside: Total Small Business Set-Aside (FAR 19.5)
  • Product Service Code: 1560 - AIRFRAME STRUCTURAL COMPONENTS
  • NAICS Code:
    • 336413 - Other Aircraft Parts and Auxiliary Equipment Manufacturing
  • Place of Performance:
    Richmond , VA 23237
    USA

Description

Solicitation for End Item: AIRCRAFT, EAGLE F-15; BEAM, AIRCRAFT; NSN 1560-017151149, PR 7008472900. THE REQUESTED DELIVERY SCHEDULE IS 645 DAYS PRODUCTION TO INCLUDE REQUIRED FIRST ARTICLE SUBMISSION AND EVALUATION; Export Control does apply. Critical Application Item. The NSN is NOT a Critical Safety Item (CSI). Configuration Control Applies. First Article Test requirements apply to this NSN at this time. Production Lot Test (PLT) requirements DO NOT apply to this NSN at this time. NAICS is 336413. This is being solicited as TOTAL SMALL BUSINESS SET-ASIDE.

Source(s) of Supply listed in the Item Description: N/A

FOB Destination, Inspection/Acceptance: Origin. This is a request for proposal for a Firm Fixed Contract. The quantity requested will be 102 each. Specifications, plans, or drawings relating to the procurement described may or may not be available and will be furnished by the Government through C-Folders if applicable.

Request for a written proposal, please submit offers to Jenier Mitchell via email at Jenier.Mitchell@dla.mil or via DLA Internet Bid Board System. OFFERORS MUST COMPLETE A COPY OF THE SOLICITATION IN ORDER TO BE CONSIDERED FOR AWARD.  A copy of the solicitation will be made available via DLA Internet Bid Board System at https://dibbs.bsm.dla.mil/ issue date cited in the RFP.  From the DIBBS Homepage, select Search RFPs.  Then choose the RFP you wish to download.  RFPs are in portable document format (pdf).  To download and view these documents you will need the lasted version of Adobe Acrobat Reader.  This software is available free at http://www.adobe.com.  A paper copy of this solicitation will not be available to requestors. 

The solicitation issue date will be on or about March 7, 2025.  All responsible sources may submit an offer, which will be considered.  SPRS will be used to evaluate Past Performance.  Based upon market research, the Government is not using the policies contained in Part 15, Contracting by Negotiation, 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. The final contract award decision may be based upon a combination of price, past performance, and other evaluation factors as described in the solicitation. 

Contact Information

Contracting Office Address

  • ASC SUPPLIER OPER AE AND AF DIV 6090 STRATHMORE ROAD
  • RICHMOND , VA 23237
  • USA

Primary Point of Contact

Secondary Point of Contact





History

  • Feb 19, 2025 10:28 pm ESTPresolicitation (Original)