Skip to main content

An official website of the United States government

You have 2 new alerts

T-38 Orbital Riveter

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: Combined Synopsis/Solicitation (Original)
  • Original Published Date: Dec 10, 2024 12:34 pm PST
  • Original Date Offers Due: Dec 17, 2024 01:00 pm PST
  • Inactive Policy: 15 days after date offers due
  • Original Inactive Date: Jan 01, 2025
  • Initiative:
    • None

Classification

  • Original Set Aside: Total Small Business Set-Aside (FAR 19.5)
  • Product Service Code: 4920 - AIRCRAFT MAINTENANCE AND REPAIR SHOP SPECIALIZED EQUIPMENT
  • NAICS Code:
    • 333517 - Machine Tool Manufacturing
  • Place of Performance:
    Edwards , CA 93524
    USA

Description

Notice to Offeror: The Government reserves the right to cancel this solicitation, either before or after the closing date. The Government has no obligation to reimburse an offeror for any costs associated with preparation of a proposal. If awarded, this solicitation will result in a firm‐ fixed‐price (FFP) contract.

This is a Combined Synopsis/Solicitation for a T-38 Orbital Riveter at Edwards AFB, CA. The Contractor shall provide an Orbital Riveting Machine (“Spin Riveter”) that is needed to create double-flush shop heads on solid shank, mild steel rivets for T-38 aircraft brake assemblies.

  1. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. The Simplified Acquisition Procedures (FAR Part 13) will be used for this requirement.
  2. Solicitation number: FA9301-25-Q-0004 *Please provide the full solicitation number on all packages*

Interested parties who believe they can meet all the requirements for the items described in this synopsis are invited to submit, in writing, a complete quote.

This solicitation is issued as a Request for Quote (RFQ).

  1. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC 2023‐01, Defense Publication Notices DPN 20230131, DAFFARS Part 5301 (June 2024).
  2. This solicitation is set aside 100% for Small Business. The North American Industry Classification System (NAICS) number for this acquisition is 333517 with a size standard of 500 employees.
  3. Period of Performance (PoP): 90 Days from Date of Award
  4. The provision at FAR 52.212‐1, Instructions to Offerors – Commercial Items (Oct 2018), applies to this acquisition. Provisions and clauses can be viewed via internet at Acqusition.gov, https://www.acquisition.gov/ Offerors shall prepare their quotations in accordance with FAR 52.212‐1. In addition, the following information shall be included:

PROVIDE THE FOLLOWING CONTRACTOR INFORMATION WITHIN YOUR QUOTE:

    1. SAM UEI Number:
    2. TIN Number:
    3. CAGE Code:
    4. Contractor Name:
    5. Payment Terms (NET30) or Discount:
    6. Point of Contact and Phone Number:
    7. Email Address:
    8. Warranty:
    9. Date Offer Expires:
  1. The provision at FAR 52.212‐2 Evaluation – Commercial Items (Nov 2021) applies to this acquisition.

ADDENDUM to FAR 52.212‐2, Evaluation – Commercial Items (Nov 2021)

The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered.

The following factors shall be used to evaluate offers:

    1. Price
    2. Technical capability of the time offered to meet the Government requirement; (Your quote package MUST clearly show and demonstrate your company’s ability to meet the stated requirements outlined in the Salient Characteristics. Failure to provide enough information will result in a determination of quote being unresponsive to the solicitation.)

This will be awarded to the Lowest Price Technically Acceptable Offeror. In order to be found technically acceptable the quote must demonstrate the contractor’s ability to provide the product and related service as outlined in the Salient Characteristics attachment. In addition, the Program Manager will evaluate quotes to determine technical acceptability. It is a pass/fail basis. If a quote fails, it will be determined to be not technically acceptable. Quotes will be reviewed in sequence with the lowest priced offer being evaluated first. All offers will be evaluated on their proposed Total Price. If the initial lowest price is found to be technically acceptable, award will be made to that vendor. Only one award will be made under this solicitation.

  1. Offerors shall include a completed copy of the provision at FAR 52.212‐3, Alt I, Offeror Representations and Certifications –Commercial Items (Feb 2024), with its offer. Completion of FAR 52.212‐3 electronically at sam.gov is acceptable.
  2. The clause at FAR 52.212‐4, Contract Terms and Conditions – Commercial Items (Nov 2023), applies to this acquisition.

(xiii) Additional Contract Requirement or Terms and Conditions: Please find the contemplated list of additional provisions/clauses within the attachment labeled “Model Contract FA930125Q0004 20241210”. The final list of clauses is dependent upon actual dollar value of the contract award, and may change from those provided in the attachment. Full text for the clauses and provisions can be accessed via https://www.acqusition.gov/

(xiii) CLIN Structure can be found in the attached document titled “Model Contract FA930125Q0004 20241210”

(xv) Quote Submission Information:

Offers are due by 17 December 2024 at 1300 PM, Pacific Standard Time (PST). Offers must be sent to Cinthia Arias (Contracting Officer) to cinthia.arias@us.af.mil and Paola Diaz (Contract Specialist) at paola.diaz.1@us.af.mil via electronic mail. No late submission will be accepted.

(xvi) For additional information regarding this solicitation contact: Primary Point of Contact: Paola Diaz at paola.diaz.1@us.af.mil

Secondary Point of Contact: Cinthia Arias at cinthia.arias@us.af.mil

Contact Information

Contracting Office Address

  • CP 661-277-7575 5 SOUTH WOLFE AVE BLDG 2800
  • EDWARDS AFB , CA 93524-1185
  • USA

Primary Point of Contact

Secondary Point of Contact

History

  • Jan 01, 2025 09:00 pm PSTCombined Synopsis/Solicitation (Original)