Skip to main content

An official website of the United States government

You have 2 new alerts

Source, Maintenance, and Recoverability (SM&R) Code Alignment; and F-15SF to F-15SA Conversion “Pass-thru Parts” Updates within the F-15SA Country Standard Technical Orders (CSTO)s in Support of the Royal Saudi Air Force (RSAF) F-15SA aircraft

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: Sources Sought (Updated)
  • Updated Published Date: Apr 06, 2022 10:22 am EDT
  • Original Published Date: Nov 03, 2021 02:18 pm EDT
  • Updated Response Date: May 05, 2022 04:00 pm EDT
  • Original Response Date: Dec 18, 2021 03:30 pm EST
  • Inactive Policy: Manual
  • Updated Inactive Date: May 05, 2022
  • Original Inactive Date: Jan 02, 2022
  • Initiative:
    • None

Classification

  • Original Set Aside:
  • Product Service Code: 1680 - MISCELLANEOUS AIRCRAFT ACCESSORIES AND COMPONENTS
  • NAICS Code:
    • 336411 - Aircraft Manufacturing
  • Place of Performance:

Description

The Government is conducting market research to identify potential sources that possess the technical and engineering expertise to research, verify and validate technical order changes, additions, and updates to the Group Assembly Parts List (GAPL) within the RSAF F-15SA Country Standard Technical Orders (CSTOs) Illustrated Parts Breakdown (IPB)s necessitated by RSAF F-15SF aircraft conversion to F-15SA configuration. The GAPL contains the part number, name, breakdown order, units per assembly, applicability of parts, and SMR codes as defined by the IPBs. The contractor will be required to produce change package (CP) data and redline marked up PDF for a single library set of RSAF F-15SA CSTO IPBs that accurately cover both RSAF F-15SF converted to F-15SA (after CSTCTO SR1F-15SF-6092); and all production F-15SA block cycle configurations. Each CP shall contain QAPLs composed of both OEM part numbers (when available) and Defense Logistics Agency (DLA) Prime Vendor part numbers, a common part name (description), breakdown order, units per assembly, applicability of parts, and common SMR code. F-15SF (pass-thru parts) which differ from their F-15SA counterparts not presently reflected in the F-15SA CSTOs will be identified and added to the CP QAPL. The intent is to correct the following discrepancies that currently exist in published F-15SA CSTOs:

  1. Duplicate entries for the same CSTO figure number, index number, part number, and cage code that are applicable to both F-15SA and F-15SF aircraft but have different SM&R codes listed within the CSTO. Contractor shall eliminate these duplications, and consolidate data as required.

  1. Existing F-15SF part information that has not been included in the baseline F-15SA CSTO library. Example: Some F-15SF part information has been included in F-15SA CSTOs via the conversion effort (wings, forward fuselage, conversion modification etc.), however, a substantial number of F-15SF parts which differ from their F-15SA counterparts (pass thru parts) are not presently reflected in the F-15SA CSTOs. Contractor shall identify these parts, and consolidate data as required, to ensure a complete and accurate IPB library.

To be able to perform the requirements of this contract, the contractor must provide the following:

  • Reconsiled QAPL: The Contractor shall provide red-line marked up QAPL to include:
    • Part number – Part number will be checked for duplication under the same index number. The reason for duplication will be determined:
      • If the only difference is the Units per Assembly, no further action is required.
      • If the only difference is the SMR Code, then the correct code will be determined to resolve the conflict.
      • If the only difference is the Cage Code, then DLA Prime Vendor data will be used to resolve the conflict.
      • If the only difference is the Description, then the SR1F-15SA-4-# CSTO description will be used as the default.

EXAMPLE:

NAS1149DN832J 80205 . WASHER, RH (AP)..................................... 1 A PAOZZN

NAS1149DN832J 80205 . WASHER, RH (AP)..................................... 1 B PAFZZN  

    • CAGE Code – CAGE Code will be checked against DLA Prime Vendor listings:
      • When OEM CAGE Code is shown, but is not the DLA Prime Vendor, the DLA Prime Vendor CAGE Code will also be listed.
      • When OEM CAGE Code is the only vendor, no further action is required.
    • Description – Description will be checked for difference.
      • If the description is different when the part number is the same, correct description for the item will be determined using available tools. D043 and FLIS data will determine the correct description.
      • SMR Code – SMR Code will be checked for duplication/difference under the same part number. F-15SA will be the default. Also check against FLIS database. If SMR Code is found to be in error, data will be provided to the USG ES for resolution in FLIS.
  • Incorporate Pass-Thru parts data: The Contractor shall provide red-line marked up QAPL to add:
    • Parts from SR1F-15SF-4-# that were not carried over to the F-15SA IPBs from the F-15SF that should still be included in the F-15SA IPBs.

SCOPE:

  • RSAF F-15SA IPB library for this effort consists of:
    • 6 CSTOs
      • CSTO SR1F-15SA-4-1 Airframe
        • 832 pages
        • 149 figures
        • 7802 parts
        • 1758 suspected conflicts
      • CSTO SR1F-15SA-4-2 Mechanisms, Controls, Armament, and Egress Systems
        • 216 pages
        • 38 figures
        • 2220 parts
        • 261 suspected conflicts
      • CSTO SR1F-15SA-4-3 Hydraulic and Environmental Control Systems
        • 544 pages
        • 92 figures
        • 6951 parts
        • 1686 suspected conflicts
      • CSTO SR1F-15SA-4-4 Instruments, Electrical, and Electronic Systems
        • 630 pages
        • 121 figures
        • 7380 parts
        • 487 suspected conflicts
      • CSTO SR1F-15SA-4-5 Fuel System, Engine, and Related Systems
        • 276 pages
        • 44 figures
        • 3407 parts
        • 824 suspected conflicts

CSTO SR1F-15SA-4-7 Index

  •                                  274 pages

Contact Information

Contracting Office Address

  • CP 478 926 3358 235 BYRON ST BLDG 300 STE 19A
  • ROBINS AFB , GA 31098-1670
  • USA

Primary Point of Contact

Secondary Point of Contact

History