Skip to main content

An official website of the United States government

You have 2 new alerts

ELEVON

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: Presolicitation (Original)
  • Original Published Date: Jan 06, 2023 12:16 pm CST
  • Original Response Date: Feb 22, 2023 04:00 pm CST
  • Inactive Policy: 15 days after response date
  • Original Inactive Date:
  • Initiative:
    • None

Classification

  • Original Set Aside:
  • Product Service Code: 1560 - AIRFRAME STRUCTURAL COMPONENTS
  • NAICS Code:
    • 336413 - Other Aircraft Parts and Auxiliary Equipment Manufacturing
  • Place of Performance:

Description

  Synopsis

PR# FD2030-23-00068

1.  Estimated issue date and estimated closing/response date: 

Issue:       23 Jan 2023

Closes:     22 Feb 2023

2.  RFP#    SPRTA1-23-R-0044

3.  Service/Spare/Repair/OH:    Spares

4.  AMC:  3P

5.  Nomenclature/Noun:  ELEVON

6.  NSN:  1560-01-467-5192 FW

7.  PN:  DAA3150A406-103

8.  History: No history

9.  Description/Function:    LH Mid Elevon is specific surface that utilize airflow to allow directional changes such as altitude control(pitch), lateral axis control(roll), and vertical axis control(yaw). They make use of a combination of both traditional stabilizer and aileron.

Material: consists of aluminum, composite.

Dimensions:

LENGTH ( IN )

169.9000

WIDTH ( IN )

82.6000

HEIGHT ( IN )

38.3000

WEIGHT ( HP )

11.5000

10.  Total Line Item Quantity:   A firm fixed price contract is contemplated. This is a candidate for the Northrop Grumman long term contract SPRTA1-19-D-0001.  The items, estimated quantities, application, and required deliveries are as follows:

Total Line Item Quantity:       

L/I 0001 – Contractor First Article Test Report

L/I 0002 - Material Certification

L/I 0003 – Certificate of Compliance

L/I 0004 – 1 EA First Article Unit – Contractor Testing (First Article Unit is in addition to Production Quantity)

L/I 0005 – 1 EA Best Estimated Production Quantity (Quantity range Min 1, Max 3)

                                                 

Note: The current Best Estimated Quantity is 2 each (1 Production Unit plus 1 First Article Unit)

The best estimated quantity is subject to revalidation by the USAF.

11.  Application (Engine or Aircraft): B-2 aircraft

12.  Ship To:           

Test Report, Material Cert, and Cert of Compliance shipped to:

FA8111 AFLCMC LZPED         

CP 405-736-7455

3001 STAFF DR BLDG 3001 STE 1AB85A

TINKER AFB, OK 73145-3303

73145-3303

USA

Mark For: First Article Monitor

Production and First Article units Shipped to:

SW3211

DLA DISTRIBUTION DEPOT OKLAHOMA

3301 F AVE CEN REC BLDG 506 DR 22

TINKER AFB OK 73145-8000

73145-8000

USA

Mark for: ACCT 09

13.  Required Delivery Date: 1 each Test Report due on or before 180 days ARO, 1 each FA unit due 30 days ARO Government approval of Test Report, Production units due (after Government approval of First Article) beginning on or before 01 Dec 2023.

                               

14.  Qualification Requirements do not exist.

15.  Export Control Requirements:  No

16.  UID: UID requirements are applicable.

17.  Qualified Source(s):  Northrop Grumman Systems Corp. (Cage: 78JW8)

18.  Set-aside:  N/A

19.  Mandatory Language:

The proposed contract action is for supplies and services for which the Government intends to solicit and negotiate with only one source in accordance with 10 U.S.C. 2304(c)(1), as implemented by FAR 6.302-1(a)(2), “no other type of supplies or services will satisfy agency requirements”.

Government's obligation under this contract is contingent upon the availability of appropriated funds from which payment for contract purposes can be made.  No legal liability on the part of the Government for any payment may arise until funds are made available to the Contracting Officer for this contract and until the Contractor receives notice of such availability, to be confirmed in writing by the Contracting Officer.

In accordance with FAR 5.207(c)(16)(ii), “all responsible sources may submit a may submit a capability statement, proposal, or quotation which shall be considered by the agency.” This notice is not a request for competitive proposals. A determination by the government not to compete this proposed contract based upon responses to this notice is solely within the discretion of the government. Information received will normally be considered solely for the purpose of determining whether to conduct a competitive procurement. It is suggested that small business firms or others interested in subcontracting opportunities in connection with the described procurement make contract with the Qualified Source(s) listed above.

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 the 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) 855-3556. DO NOT CALL THIS NUMBER FOR SOLICITATION REQUESTS.

Electronic procedures will be used for this solicitation. Hardcopies of the solicitation will not be sent from this office. The solicitation will be available for download only at www.fbo.gov. No telephone requests.  Only written or faxed requests received directly from the requestors are acceptable.

20.  Questions concerning this synopsis or subsequent solicitation can be directed to buyer Ryan Newton, 405-855-3545, ryan.newton.4@us.af.mil, DLA AVIATION-AOBB, DLA Oklahoma City, Tinker AFB, OK 73145.

Contact Information

Contracting Office Address

  • DLR PROCUREMENT OPERATIONS (AO) 3001 STAFF DRIVE
  • TINKER AFB , OK 73145-3070
  • USA

Primary Point of Contact

Secondary Point of Contact





History