Skip to main content

An official website of the United States government

You have 2 new alerts

REMANUFACTURE OF THE C-5 DUAL FUEL BOOST 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: Presolicitation (Original)
  • Original Published Date: Aug 12, 2024 09:06 am CDT
  • Original Response Date: Aug 27, 2024 10:00 am CDT
  • Inactive Policy: 15 days after response date
  • Original Inactive Date: Sep 11, 2024
  • Initiative:
    • None

Classification

  • Original Set Aside: Total Small Business Set-Aside (FAR 19.5)
  • Product Service Code: 2915 - ENGINE FUEL SYSTEM COMPONENTS, AIRCRAFT AND MISSILE PRIME MOVERS
  • NAICS Code:
    • 336413 - Other Aircraft Parts and Auxiliary Equipment Manufacturing
  • Place of Performance:
    Tinker AFB , OK 73145
    USA

Description

The United States Air Force through Air Force Sustainment Center (AFSC), Tinker AFB 73145 is contemplating the Remanufacture of the C-5 Dual Fuel Boost Pump, NSN: 2915-00-489-9215RK, Part Number 271700-4. The contractor shall provide all labor, facilities, equipment, tools, 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. This acquisition is military unique. A firm fixed price Requirements type contract is contemplated with a three-year basic and one two-year option.

The requirements set forth in this notice are defined per Purchase Request FD20302400760 as follows:

Item 0001: C-5 Dual Fuel Boost Pump, 3-Year Basic plus One 2-Year Option; NSN: 2915-00-489-9215RK, P/N 271700-4; Applicable to C-5 aircraft for a best estimated quantity (BEQ) of Base Year – 24 each/year and Option Year I – 24 each/year.

Description/Function: The boost pump is used to pump fuel from the wing tanks on the C-5 aircraft to the engines. It consists of a 3-phase AC motor powering a centrifugal pump.

Item 0002: Over and Above. To be negotiated

Item 0003: Data (Not Separately Priced)

Estimated issue date: 27 August 2024

Estimated Closing/Response Date: 26 September 2024

** These dates are subject to change. Solicitation will be posted to beta.Sam.gov and attached to this synopsis when it is issued. Closing/Response date will be noted on the Solicitation. **

Solicitation Number: TBD

Nomenclature/Noun: Dual Fuel Boost Pump

NSN: 2915-00-489-9215RK

Manufacturer / PN: 271700-4

Tech Order: 6J10-3-130-3

RMC/RMSC: R1/C

Delivery: 15 each every 60 days/ ARO/REP. Early delivery is acceptable

Mark For: Acct 09

Ship To:

DLA Distribution Depot Oklahoma

3301 F AVE. CEN REC BLDG 506 DR 22

TINKER AFB, OK 73145-8000

Duration of Contract Period: 5 Year Requirements Contract (3-Year Basic with One – 2 Year Option)

Qualification Requirements: Qualification requirements DO 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.

Set Aside: Competitive Small Business Set Aside

Current Approved /Potential Sources:

Airtronics, Inc. Cage Code: 58078

Texas Aerospace Services, Inc. Cage Code: 29242

Thomas Instruments Cage Code: 5H860

Sherwood Avionics and Accessories Cage Code: 3EM37

Eaton Cage Code: 59875

Able Engineering Cage Code: 19710

Export Control: Not Applicable.

Initial Production Evaluation (IPE) is required.

UID Note to Contractor: If unit price exceeds $5,000, then UID requirements will apply.

Applicable Tech Orders: The Government does possess a T.O. of remanufacture procedures for this item.

Based upon market research, the Government is not using policies contained in Part 12, Acquisition of Commercial Items, in its solicitation for the described supplies or services. This requirement is considered military unique and cannot be satisfied with a commercial product or process. Additionally, this requirement cannot be modified to be satisfied with a commercial product or process, nor can the commercial product or process be modified to meet the requirement.

All questions regarding this notice are to be submitted in writing via e-mail to the point(s) of contact specified herein. All questions submitted to this office are subject to be posted in this notice along with the appropriate response(s). Vendor identities will not be disclosed.

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, offerors must specify whether they are a U.S. or foreign-owned firm.

Government is not responsible for misdirected or untimely requests.

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) 736-3273. DO NOT CALL THIS NUMBER FOR SOLICATION REQUESTS.

Electronic procedures will be used for this solicitation. No telephone requests. Only written or emailed requests received directly from the requestor are acceptable.

Point of Contact: Amy Gil; Email: amy.gil@us.af.mil.

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

Secondary Point of Contact





History

  • Sep 11, 2024 10:55 pm CDTPresolicitation (Original)
  • Aug 27, 2024 12:43 pm CDTSolicitation (Deleted)