F16_AIBU_NSN5895013570739_PN5188100_007
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: Sources Sought (Original)
- Original Published Date: Jun 18, 2024 09:26 am EDT
- Original Response Date: Jun 18, 2025 12:00 am EDT
- Inactive Policy: 15 days after response date
- Original Inactive Date: Jul 03, 2025
- Initiative:
- None
Classification
- Original Set Aside: Total Small Business Set-Aside (FAR 19.5)
- Product Service Code: 5895 - MISCELLANEOUS COMMUNICATION EQUIPMENT
- NAICS Code:
- 336413 - Other Aircraft Parts and Auxiliary Equipment Manufacturing
- Place of Performance: Tinker AFB , OK 73145USA
Description
NSN: 5895-01-357-0739
P/N: 5188110-007
Noun: AIBU
Application: F-16
REPAIR QUALIFICATION REQUIREMENTS
Qualification Requirement Cost Estimate
Estimate the likely cost for testing and evaluation which will be incurred by the potential offeror
to become qualified. This is a requirement of FAR 9.202(a)(1)(ii) and 10USC2319(b)(3) (The
following categories may not apply in all cases. The product engineer should identify the costs
applicable to the project and indicate N/A on all sections that do not apply.)
Total cost is
Section A. Shipping, if required, use DD Form 1654, Evaluation of Transportation Cost Factors to
develop the information. Refer any questions to the Procurement Contracting Officer for cost
estimation.
Section B. Dimensional/Electronic Verification. Contact the science/engineering laboratory to
obtain cost estimates (bids) for tests such as:
a. Chemical
b. Metallurgical
(1) Destructive
(2) Non-Destructive
c. Dimensional
d. Electronic
e. Mechanical
f. Non-Destructive Inspection
Section C. Nuclear Hardness [This includes cost of shock, vibration, and Electro-Magnetic Pulse
(EMP)]. Contact Systems Engineering Integration and Test Division for hourly rate.
Section D. Form, Fit, Function and Interface. Contact your organizational Production Management
Specialist (PMS) to obtain information on the same or similar item where work has been accomplished
in the past using AFMC Form 206, Temporary Work Request.
Section E. Original Equipment Manufacturer (OEM) Qualification Testing (If required)
a. Laboratory Costs (Costs are directly dependent on the type of testing to be accomplished and the
location and duration of the testing. For example, landing gear laboratory testing is normally
accomplished on a dynamometer and costs vary from $25,000 to $500,000 depending on the depth of
testing. Aircraft and missile testing will vary as the requirement dictates and the cost will have
to be identified by the source of testing).
b. Flight/Data Reduction & Analysis Costs.
Section F. Travel by Contractor to Test Site (if required)
a. Lodging
b. Per Diem
c. Rental Cars
d. Incidentals (Verified)
Section G. SAR Package Development/Evaluation Cost: A potential new source’s development of a
Source Approval (SAR) package may cost as much as:
In addition, the cost incurred for Government evaluation of their SAR may be as much as: Evaluation
cost may be born by the government if it is in the best interest of the Government to qualify
alternate sources.
$23,300.00
$ 200.00
$ 7,000.00
$ 0.00
$500.00
$6,500.00
$15,000.00
$ 0.00
$ 0.00
$1,100.00
24 May 2024 Supporting Information
REPAIR QUALIFICATION REQUIREMENTS
NSN: 5895-01-357-0739
P/N: 5188110-007
Noun: AIBU
Application: F-16
SECTION C:
1. QUALIFICATION REQUIREMENTS THAT MUST BE SATISFIED TO BECOME A QUALIFIED SOURCE
a. Prequalification Notice: The offeror shall notify the appropriate government Small Business
Office or, if responding to a solicitation, the contracting officer in the appropriate government
contracting office, of intent to qualify as a source for this AIBU.
b. Facilities, Testing, and Inspection Capabilities: The offeror must certify to the government
that they have, or have access to, the required facilities and equipment to repair, inspect, test,
package, and store the item. The offeror shall make their facilities, equipment, tooling, and
personnel available for evaluation and inspection by the government.
c. Data Verification: The offeror must verify that they have a complete data package. This
verification must include a complete list of all procedures, drawings, and specifications,
including change notices, in the offeror’s possession including, at a minimum SCI TECHNOLOGY, INC
(2J622) drawing 5188110. The offeror may also be required to produce copies of all applicable
procedures, drawings, or specifications.
d. Repair Process Verification: The offeror must repair this item to conform to the government
requirements as prescribed within the ESA-approved engineering/technical data package. The offeror
must show compliance with Unique Identification (UID) requirements in accordance with DFARS 211.274
as prescribed within the ESA-approved engineering/technical data package. The offeror must provide,
at their own expense, data showing the results of all quality, performance, and environmental
evaluations conducted by the offeror to show compliance with the government requirements as
prescribed by 416th SCMS/GUEAA. The offeror shall also identify its sources for materials and its
standards for internally used processes.
e. Test and Evaluation and/or Verification: The offeror, at their own expense, shall prepare and
submit to 416th SCMS/GUEAA for their prior approval, a qualification test plan/procedure detailing
how they intend to verify compliance with all performance, environmental, mechanical, and quality
assurance requirements identified by Drawing 5188110. After completion of the approved
qualification testing, the offeror shall be required to submit a complete test report of the
results to 416th SCMS/GUEAA for their review and approval prior to the contract award. The
government retains the right to exercise the option to inspect the testing processes, including
on-site witnessing of any or all documented testing. To allow accomplishing this, the offeror shall
notify the government at least 30 days in advance of the occurrence of any testing that will be
used as a basis for qualification. The offeror’s facilities shall be made available for government
inspection during these tests.
f. Qualification Article Verification: The offeror must provide, at their own expense, a
pre-contract award qualification article for evaluation by the government. This article must comply
with all of the requirements of Drawing 5188110. This article shall be subjected to a form, fit,
and function evaluation to demonstrate compatibility with the weapon system and to evaluate the
24 May 2024 Section C 1/3
REPAIR QUALIFICATION REQUIREMENTS
NSN: 5895-01-357-0739
P/N: 5188110-007
Noun: AIBU
Application: F-16
repair capability of the offeror. Offerors will be notified whether or not their qualification
article passed or failed the required qualification testing within 90 days of submitting a product
for qualification testing. Note that successful completion of the qualification testing does not
guarantee any contract award. If the offeror is deemed qualified and awarded the contract, a
post-contract award first article exhibit may be required to verify production capability.
g. Qualification Requirement Cost Estimate: Estimated likely costs for testing and evaluation,
which will be incurred by the potential offering party to become qualified are $23,300.00.
h. Qualification Time Completion Estimate: It is the estimate of the engineering support activity
that completion of this qualification effort should require 180 days. This is based on complexity
of the AIBU and other factors.
i. Qualification Time Limitation: An offeror may not be denied the opportunity to submit and have
considered an offer for a contract if the offeror can demonstrate to the satisfaction of the
contracting officer that the offeror (or its product) meets these standards for qualification or
can meet them before the date specified for award of the contract. The award will not be delayed to
provide the vendor with an opportunity to demonstrate its ability to meet the standards specified
in this qualification requirement.
j. Evaluation of Proposals Not Previously Qualified: The offeror must be fully qualified in order
to be eligible for a contract award. Therefore, the offeror must fulfill all of the requirements
stated, in writing, in the qualification requirement before the date specified for award of the
contract. Once all requirements are met, the offeror will be listed as an approved repair source
for this item. Approval, however, does not guarantee subsequent contract award.
24 May 2024 Section C 2/3
REPAIR QUALIFICATION REQUIREMENTS
NSN: 5895-01-357-0739
P/N: 5188110-007
Noun: AIBU
Application: F-16
2. SOURCE QUALIFICATION WAIVER REQUIREMENTS
Sources who meet any of the following Source Qualification Waiver Criteria (QWC) may apply for a
waiver of all or part of the qualification requirements. If a waiver is granted and the offeror is
awarded a contract, the offeror may still be required to provide a post-contract award first
article exhibit to verify production capability:
a. QWC1: The potential source submits written certification that the articles have been supplied
to the government or original equipment manufacturer (e.g., DD Form 250, Material Inspection and
Receiving Report, Purchase Order invoice, etc).
b. QWC2: A source qualified to provide an assembly is usually qualified to provide subassemblies,
major components, and items of that assembly.
c. QWC3: A source qualified to provide earlier dash numbers of a basic P/N may be qualified to
provide other dash numbers of that same basic P/N, provided there is no increase in complexity,
criticality, or other relevant requirements.
d. QWC4: A source qualified to provide a similar or like item can be qualified to provide the
required item. However, for approval, the engineering authority must verify that there is no
increase in complexity, criticality, or other requirements over that of the similar item. At a
minimum, the source shall provide a complete set of drawings for the similar item and written
proof, such as purchase orders, shipping documents, etc., to show that the similar item was
provided to the original equipment manufacturer or DoD.
e. QWC5: A source previously qualified to provide an item, but which has been purchased, sold,
merged, absorbed, reformed, split, etc., may qualify if it can be established that the
qualification is currently with the requester and that the requester has the same or equivalent
facilities, tooling, equipment, personnel, and utilizes the original forging, castings, etc., in
the repair process.
24 May 2024 Section C 3/3
Attachments/Links
Contact Information
Contracting Office Address
- CP 405 739 4437 3001 STAFF DR STE 1AG1 98C
- TINKER AFB , OK 73145-3303
- USA
Primary Point of Contact
- Tracey Beringer
- tracey.beringer@us.af.mil
- Phone Number 7772211
Secondary Point of Contact
History
- Jun 18, 2024 09:26 am EDTSources Sought (Original)