Skip to main content

An official website of the United States government

You have 2 new alerts

Organic Repair Development of B-1 Emergency Oxygen System (EOS), Cylinder Assembly valves NSN(s) / P/N(s): 1660-01-214-9800/ 8210031-401, 1660-01-214-9801/ 8210031-402

info alert

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: Mar 13, 2023 08:44 am CDT
  • Original Date Offers Due: Apr 12, 2023 05:00 pm CDT
  • Inactive Policy: 15 days after date offers due
  • Original Inactive Date: Apr 27, 2023
  • Initiative:
    • None

Classification

  • Original Set Aside:
  • Product Service Code: 1660 - AIRCRAFT AIR CONDITIONING, HEATING, AND PRESSURIZING EQUIPMENT
  • NAICS Code:
    • 541330 - Engineering Services
  • Place of Performance:

Description

The United States Air Force through Air Force Sustainment Center (AFSC), Tinker AFB 73145 is contemplating the Organic Repair of B-1 Emergency Oxygen System (EOS), NSNS: 1660-01-214-9800BO/ P/N 8210031-401, 1660-01-214-9801BO/ P/N 8210031-402, and 4820-99-740-1368BO/ P/N 8920024-1.  A firm fixed price type contract is contemplated. 

The requirements set forth in this notice are defined per Purchase Request FD20302300003 as follows:

Written response is required.

CLIN 0001: Material, labor, and technical data line item for NSNS: 1660-01-214-9800BO/ P/N 8210031-401, 1660-01-214-9801BO/ P/N 8210031-402, and 4820-99-740-1368BO/ P/N 8920024-1

CLIN 0002: Data IAW CDRL/PWS for CSAG engineering services project #7404 – NSP (Not Separately Priced)

CLIN 0003: Travel Cost

NSN: 4820-99-740-1368BO VALVE, REGULATING, FLOW

Function:  Valve pressure reducing, controls the pressure and flow of precooled air into the concentrator.

Material:  Multiple Metal and Rubber parts.

NSN: 1660-01-214-9800BO CYLINDER ASSEMBLY, OXYGEN

Function:  Reducer and Cylinder Assy provides emergency oxygen supply to user in the event of loss of primary oxygen source and in event of egress.

Material:  Multiple metal and rubber components.

NSN: 1660-01-214-9801BO CYLINDER ASSEMBLY, OXYGEN

Function:  Oxygen pressure reducer and cylinder assembly provides an emergency source of oxygen in the event of failure of the oxygen system.

Material:  Assorted metals (steel, aluminum, etc.) rubber and plastic.

Delivery:  1 unit(s) Period of performance for this task shall be for 12 months following contract award. Early delivery is not acceptable.

Ship To:  TBD

NAICS:  541330 – Engineering Services

RMSC: R3/D

Duration of Contract Period: 12 Months.

Qualification Requirements: QUALIFICATION REQUIRMENTS DO NOT APPLY.  

This is a sole source requirement.

Mission Systems Orchard Park Inc.                    CAGE CODE: 04577

Export Control:  N/A

Set-aside: N/A

The Government intends to issue solicitation FA8118-23-R-0014 on or about 13 March 2023 with a closing response date of 13 April 2023 and estimated award date to be determined.  This notice does not in itself represent the issuance of a formal request for proposal and is not intended to be taken as such.

Based upon market research, the Government will not be using policies contained in Part 12, Acquisition of Commercial Items, in its solicitation for the described supplies or services.  However, interested parties 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. 

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.

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