Overhaul of B-2 Weapons Bay Door Power Drive Unit
Note: There have been new actions to this contract opportunity. To view the most recent action, please click here.
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: Sep 22, 2022 07:17 am CDT
- Original Date Offers Due: Nov 07, 2022 03:00 pm CST
- Inactive Policy: 15 days after date offers due
- Original Inactive Date: Nov 22, 2022
- Initiative:
Classification
- Original Set Aside:
- Product Service Code: J016 - MAINT/REPAIR/REBUILD OF EQUIPMENT- AIRCRAFT COMPONENTS AND ACCESSORIES
- NAICS Code:
- 336413 - Other Aircraft Parts and Auxiliary Equipment Manufacturing
- Place of Performance:
Description
A 5‐YEAR (THREE‐YEAR BASIC AND 2‐ONE YEAR OPTION PERIODS) FIRM FIXED PRICE INDEFINITE DELIVERY INDEFINITE QUANTITY (IDIQ) TYPE CONTRACT IS CONTEMPLATED.
(a) A Pre‐Award Survey and/or Initial Production Evaluation (IPE) is required. Details are provided in Appendix A, paragraphs
1.2 and 1.3 respectively.
(b) The contractor shall furnish all material, plant facilities, labor, parts, equipment, and expertise necessary to perform the
Overhaul, calibration and functional test required to restore Government furnished reparables to a like‐new condition. The
contractor shall also accomplish necessary packing and preservation and packaging and return to the Government in
completely serviceable condition, at the unit price(s) established at the time of award, the items of Air Force equipment listed
below, all in accordance with the provision hereof and the Work Specification in Section J hereof.
(c) Overhaul is the process of 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.
(d) 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 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.**
Contractors will need to request all needed drawings through the website JEDMICS.
JEDMICS homepage: https://jedmics.af.mil/webjedmics/index.jsp
All off base contractors who need an account will need to complete the instructions at the following link:
https://jedmics.af.mil/webjedmics/splash/training/NEWCTR2875.pdf
(e) GOVERNMENT PROPERTY FURNISHED FOR OVERHAUL (FAR 16.503(c))
Failure of the Government to furnish such items in the amounts or quantities described in the Schedule as “estimated” or
“maximum” will not entitle the contractor to any equitable adjustment in price under the Government Property clause of the
contract.
(f) END ITEMS BEYOND OVERHAUL
"Reparable End Items" are defined as end items which can be restored to a serviceable condition, in accordance with applicable
requirements. Some units of items listed in Section B may, upon disassembly and/or inspection, be determined to be beyond
the overhaul 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 these limits, shall be included in the unit price(s) of the listed item(s).
If the contractor estimates that any item is not reparable (i.e. beyond overhaul), the Contractor shall promptly notify the
administrative contracting officer in writing and shall not perform further overhaul on any such items except at the direction of
the administrative contracting officer (ACO). Upon written confirmation from the ACO that a particular item is not reparable,
the contractor shall dispose of the unit in the manner directed by the ACO.
(g) Condemned units shall not be counted as production.
(h) In the event there are component part(s) with long lead times, the awardee is responsible for securing necessary parts to
meet the Government’s required delivery schedule.
(i) In the event that DFARS clause 252.217‐7001, Surge Option, is invoked, quantities and prices will be negotiated at that time.
The fill‐in data in Clause 252.217‐7001 will be TBD until a surge is known and negotiations are necessary.
(j) Item Unique Identification (IUID) marking is required in accordance with DFARS 252.211‐7003. Contractor determined
location and method of marking is acceptable.
(k) The Service Contract and Labor Standards (SCLS) formerly Service Contract Act (SCA) is applicable to this effort.
(l) 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 @ 405‐739‐7243.
(m) All parts in the 100% replacement part list shall be priced and purchased via CLIN 0001 for the entire 5 year contract.
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.
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
- JOHN FREEMAN
- john.freeman.16@us.af.mil
- Phone Number 4057397770
Secondary Point of Contact
History
- Mar 15, 2023 10:58 pm CDTSolicitation (Updated)
- Dec 07, 2022 04:21 pm CSTSolicitation (Updated)
- Nov 04, 2022 12:15 pm CDTSolicitation (Updated)
- Nov 04, 2022 12:13 pm CDTSolicitation (Updated)
- Sep 22, 2022 07:17 am CDTSolicitation (Original)
- Sep 13, 2022 10:56 pm CDTPresolicitation (Original)