Skip to main content

An official website of the United States government

You have 2 new alerts

Overhaul of B-1 Hydraulic Motors

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: Jan 27, 2025 01:52 pm CST
  • Original Date Offers Due: Mar 03, 2025 03:00 pm CST
  • Inactive Policy: 15 days after date offers due
  • Original Inactive Date: Mar 18, 2025
  • Initiative:
    • None

Classification

  • Original Set Aside:
  • Product Service Code: 1650 - AIRCRAFT HYDRAULIC, VACUUM, AND DE-ICING SYSTEM COMPONENTS
  • NAICS Code:
  • Place of Performance:

Description

OVERHAUL

A 1-YEAR (ONE-YEAR BASIC AND No Options) FIRM FIXED PRICE REQUIREMENTS TYPE CONTRACT IS CONTEMPLATED.

NOTE:  It is anticipated that pricing of this action will be based on adequate price competition; therefore, offerors are not required to submit certified cost or pricing data at the time of proposal. However, if after receipt of proposals, it is determined that adequate price competition does not exist, a request for other than certified cost or pricing data may be required in accordance with FAR 15.401-1(B)(1). If cost still cannot be determined fair and reasonable, then certified cost and pricing data will be required in accordance with DFARS 252.215-7008.  

(a)  A Pre-Award Survey and/or Initial Production Evaluation (IPE) is required.  Details are provided in Appendix A, paragraphs 1.2 and 1.3 respectively.

(b) The contractor shall furnish all material, plant facilities, labor, parts, equipment, and expertise necessary to perform the Overhaul, calibration and functional test required to restore Government furnished reparables to a like-new condition. The contractor shall also accomplish necessary packing and preservation and packaging and return to the Government in completely serviceable condition, at the unit price(s) established at the time of award, the items of Air Force equipment listed below, all in accordance with the provision hereof and the Work Specification in Section J hereof. ALL work shall be completed in accordance with the requirements specified herein (including attachments hereto) and all costs associated with work specifications, technical orders, and/or cost associated with Over and Above request (excluding missing parts) shall be included in the unit price.  The government shall only pay the contractor for missing components or as specified in the PWS/SOW after review and approval of O&A requests. No additional cost will be allowed (i.e. material handling, profit, direct or indirect costs).


(c) Overhaul is the restoration of an item to a completely serviceable condition as prescribed by maitenance serviceability standards.

(d)  In order to receive any technical data related to this acquisition, offerors must send an email request to Dessie Breslin at dessie.breslin@us.af.mil or David O'Rourke at david.orourke@us.af.mil.    Release of any data is subject to applicable data rights.  The request shall include the applicable solicitation number, the specific data needed (including TO(s)), and a copy of the current, approved DD Form 2345.  The form, including instructions for completing the form, is available at:  http://www.dtic.mil/whs/directives/infomgt/forms/forminfo/forminfopage2220.html.  The Government is not responsible for incomplete, misdirected, or untimely requests.**

(e) GOVERNMENT PROPERTY FURNISHED FOR OVERHAUL (FAR 16.503(c))
Failure of the Government to furnish such items in the amounts or quantities described in the Schedule as “estimated” or “maximum” will not entitle the contractor to any equitable adjustment in price under the Government Property clause of the contract.

(f) END ITEMS BEYOND OVERHAUL
"Reparable End Items" are defined as end items which can be restored to a serviceable condition, in accordance with applicable requirements. Some units of items listed in Section B may, upon disassembly and/or inspection, be determined to be beyond the overhaul limits specified in the Work Specification and/or Technical Orders. Any cost for work performed by the Contractor prior to determination that such equipment is beyond these limits, shall be included in the unit price(s) of the listed item(s).

If the contractor estimates that any item is not reparable (i.e. beyond overhaul), the Contractor shall promptly notify the contracting officer in writing and shall not perform further overhaul on any such items except at the direction of the  contracting officer (PCO). Upon written confirmation from the PCO that a particular item is not reparable, the contractor shall abide by the disposition instructions of the asset in the manner directed by the PCO.

(g) Condemned units shall not be counted as production.

(h) In the event there are component part(s) with long lead times, the awardee is responsible for securing necessary parts to meet the Government’s required delivery schedule.

(i) In the event that DFARS clause 252.217-7001, Surge Option, is invoked, quantities and prices will be negotiated at that time.  The fill-in data in Clause 252.217-7001 will be TBD until a surge is known and negotiations are necessary.

(j) Item Unique Identification (IUID) marking is required in accordance with DFARS 252.211-7003. Contractor determined location and method of marking is acceptable.

(k) The Service Contract and Labor Standards (SCLS) formerly Service Contract Act (SCA) is applicable to this effort.
(l) In accordance with the Service Contract Reporting in the System for Award Management Guidebook, the total contract value is not expected to exceed $3M thus Manpower Reporting is not applicable.

(m)  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 @ 405-739-7243. 

SAR submittals need to be sent to: 

https://www.tinker.af.mil/Home/429SCMS-SASPO/ <https://www.tinker.af.mil/Home/429SCMS-SASPO/>    

Source Development Specialist Email: stacy.cochran@us.af.mil <mailto:stacy.cochran@us.af.mil>

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.

(n) Dates listed in clauses 252.216‐7006 and 52.216‐21 are based on the estimated award date. These dates will be revised prior to award based on the actual award date.

(o) In accordance with the attached CAV AF Reporting Requirements (see the document listed in Section J), the contractor must
include a DD1348-1when assets are shipped. DCMA Quality Assurance Representatives (QARs) will not approve or sign the
DD1348-1 but will ensure DD1348-1 is included with each returned asset. If a DD1348-1 is not included with each returned
asset, DCMA will not sign the DD250.

(p) In accordance with DAFFARS 5309.105-1 the Supplier Performance Risk System (SPRS) is checked for supplier risk
assessments when determining responsibility. DFARS 252.204.7303(b) states that the contracting officer shall verify that the
summary level score of a current NIST SP 800-171 DoD Assessment (i.e., not more than 3 years old, unless a lesser time is
specified in the solicitation) for each covered contractor information system that is relevant to an offer, contract, task order, or
delivery order are posted in Supplier Performance Risk System (SPRS). Offerors are required to represent they will implement
National Institute of Standards and Technology (NIST) Special Publication (SP) 800-171 (reference the provision DFARS
252.204-7008). A score of 110 must be in SPRS, if assessment score is less than 110 a contractor must submit a plan with their
proposal to become compliant.

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

  • Jan 27, 2025 01:52 pm CSTSolicitation (Original)