B-52 Gearshaft, New Manufacture, NSN: 3040014359060FG, P/N: 9-25297-3
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: Presolicitation (Original)
- Original Published Date: Mar 17, 2025 02:59 pm EDT
- Original Response Date:
- Inactive Policy: Manual
- Original Inactive Date: May 31, 2025
- Initiative:
- None
Classification
- Original Set Aside:
- Product Service Code: 1680 - MISCELLANEOUS AIRCRAFT ACCESSORIES AND COMPONENTS
- NAICS Code:
- 336413 - Other Aircraft Parts and Auxiliary Equipment Manufacturing
- Place of Performance:
Description
The United States Air Force through Air Force Sustainment Center (AFSC), Tinker AFB 73145 is contemplating the GEARSHAFT, MULTIPLE NEW MANUFACTURE B-52 - NSN: 3040014359060FG, P/N: 9-25297-3. This notice is in accordance with FAR 5.101(a)(2). A firm fixed price, fixed quantity type contract is contemplated.
The requirements set forth in this notice are defined per Purchase Request FD20302501082.
The Government intends to issue a request for quotation on or about with a closing response date of 1 May 2025 and estimated award date of on or about 17 May 2025. This notice does in itself represent the issuance of a formal request for quotation and is intended to be taken as such.
Written response is required.
Item 0001: GEARSHAFT, MULTIPLE NEW MANUFACTURE B-52; NSN : 3040014359060FG; P/N 9-25297-3; Applicable to B-52 aircraft for a fixed quantity of 16 each.
Ship To: SW3211
Qualification Requirements: 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 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.
Current Approve Source includes: This is a sole source requirement to approved Large Business:
The Boeing Company CAGE CODE: 82105 LARGE BUSINESS
In order to receive any technical data related to this acquisition, offerors must send an email request to Matthew Tonay at matthew.tonay.1@us.af.mil. Release of any data is subject to applicable data rights. The request shall be on company letterhead and 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: https://www.esd.whs.mil/Portals/54/Documents/DD/forms/dd/dd2345.pdf and https://www.dla.mil/Logistics-Operations/Services/JCP/. The Government is not responsible for incomplete, misdirected, or untimely requests.**
Export Control: N/A
The rights to use the data needed to purchase this part from additional sources are not owned by the Government and cannot be purchased, developed, or otherwise obtained.
All questions regarding this notice are to be submitted in writing via E-mail. 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.
OMBUDSMAN (AUG 2005) (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 the Ombudsman at 405-736-3273. DO NOT CALL THIS NUMBER FOR SOLICITATION 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: Matthew Tonay, Contracting Officer, Email: matthew.tonay.1@us.af.mil
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
- Matthew Tonay
- matthew.tonay.1@us.af.mil
Secondary Point of Contact
History
- Mar 26, 2025 02:27 pm EDTPresolicitation (Updated)
- Mar 25, 2025 04:29 pm EDTPresolicitation (Updated)
- Mar 17, 2025 02:59 pm EDTPresolicitation (Original)