Skip to main content

An official website of the United States government

You have 2 new alerts

Starter, Engine, Air

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: Dec 07, 2021 06:18 am CST
  • Original Response Date: Dec 22, 2021 02:00 pm CST
  • Inactive Policy: Manual
  • Original Inactive Date: Dec 30, 2022
  • Initiative:
    • None

Classification

  • Original Set Aside:
  • Product Service Code: 2995 - MISCELLANEOUS ENGINE ACCESSORIES, AIRCRAFT
  • NAICS Code:
    • 336413 - Other Aircraft Parts and Auxiliary Equipment Manufacturing
  • Place of Performance:

Description

                                                                          Synopsis
                                                                  FD2030-22-00160

1.    Estimated issue date 22 Dec 2021 and estimated closing/response date 21 Jan 2022.

2.    RFP #: SPRTA1-22-R-0037

3.    Contracting Office Address: 3001 Staff Drive Tinker AFB, OK 73145

4.    PR#:  FD2030-22-00160

5.    Nomenclature/Noun: Starter, Engine, Air

6.    NSN:  2995-01-048-9580

7.    PN:  3505188-4-1

8.    Application (Engine or Aircraft): A-10

9.    AMC: 3P

10.    History:  Previously purchased 17 EA per contract SPE4A1-17-G-0016/SPRTA1-19-F-0398 on 18 Jun 2019 / purchased 5 EA per contract SPE4A1-17-G-0017/SPRTA1-18-F-0634 on 20 Sep 2018

11.    Description:  Starter, Engine, Air

12.    Dimensions:  19.0000 in. long X 6.0000 in. wide X 11.0000 in. high, weighing 25.2000 lbs.

13.    Material:  Stainless Steel, Aluminum

14.    A firm fixed price contract is contemplated.  The item, estimated quantities and required deliveries are as follows: 

Quantity: 

LINE ITEM 0001: Starter, Engine, Air

a)    Destination:  SW3210 / Hill AFB, UT 84056-5734
b)    Delivery: 12 EA ON OR BEFORE 23 MAR 2023
c)    Required Quantity: 12 each 
d)    Quantity Range: (Min – 03 each / Max – 18 each)

15.    Qualified Sources:  
1.    Honeywell International Inc. (CAGE:  59364)

16.    Set-aside: No Set-aside

17.    Critical Safety Item (CSI) applicability: CSI criteria does NOT APPLY to this item.

18.    Mandatory Language:

Electronic procedures will be used for this solicitation.   Only written or faxed requests received directly from the requestors are acceptable.  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. 

19.     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.

20.    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.

21.    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.

22.    Qualification Requirements are applicable.

23.    Item Unique Identification (IUID): Yes
    
24.    Export Control Requirements:  Offerors are NOT 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.

25.    Anticipated Award date: estimated 45 calendar days after solicitation closing date

26.    The solicitation will be available for download on the release date from https://sam.gov/.  No telephone requests.  Questions concerning this synopsis or subsequent solicitation can be directed to Robert Westerman Robert.Westerman.4@us.af.mil   

Contact Information

Contracting Office Address

  • DLR PROCUREMENT OPERATIONS (AO) 3001 STAFF DRIVE
  • TINKER AFB , OK 73145-3070
  • USA

Primary Point of Contact

Secondary Point of Contact





History