Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF FEBRUARY 15, 2020 SAM #6652
MODIFICATION

J -- Overhaul of B-2 Flight Control Actuators

Notice Date
2/13/2020 3:45:50 PM
 
Notice Type
Solicitation
 
NAICS
336413 — Other Aircraft Parts and Auxiliary Equipment Manufacturing
 
Contracting Office
FA8118 AFSC PZABB TINKER AFB OK 73145 USA
 
ZIP Code
73145
 
Solicitation Number
FA8118-20-R-0009
 
Response Due
2/24/2020 1:00:00 PM
 
Archive Date
03/24/2020
 
Point of Contact
Welth Cooper, Phone: 405-739-5510
 
E-Mail Address
Welth.Cooper@us.af.mil
(Welth.Cooper@us.af.mil)
 
Description
The United States Air Force through Air Force Sustainment Center (AFSC), Tinker AFB 73145 is contemplating the Overhaul of B-2 Flight Control Actuators.� The contractor shall provide all labor, facilities, equipment and all material to accomplish overhaul.� The work encompasses significantly or completely disassembling an item to its individual components; reworking, rehabilitating, or replacing worn or damaged components; reassembly; and test such that the item is returned to its original life expectancy (i.e. reliability), or nearly so in accordance with the solicitation requirements and all attachments. A firm fixed price Indefinite Delivery Requirements type contract is contemplated with a one-year basic and two-one year options.� The requirements set forth in this notice are defined per Purchase Request FD2030-19-00880 as follows: Written response is required. Estimated Line Items: Item 0001: Overhaul Hydraulic Servomechanism, Basic Year plus two 1-year Options; NSN: 1650-01-376-1088 / P/N: B43871-1; Applicable to B-2 aircraft for a best estimated quantity (BEQ) of Base Year � 9 each and Option Year I � 9 each and Option Year II � 9 each. Item 0002: Overhaul Hydraulic Servomechanism, Basic Year plus two 1-year Options; NSN: 1650-01-381-3209 / P/N: B43872-1; Applicable to B-2 aircraft for a best estimated quantity (BEQ) of Base Year � 16 each and Option Year I � 16 each and Option Year II � 16 each. Item 0003: Overhaul Hydraulic Servomechanism, Basic Year plus two 1-year Options; NSN: 1650-01-376-1089 / P/N: B43873-1; Applicable to B-2 aircraft for a best estimated quantity (BEQ) of Base Year � 9 each and Option Year I � 9 each and Option Year II � 9 each. Item 0004: Overhaul Hydraulic Servomechanism, Basic Year plus two 1-year Options; NSN: 1650-01-376-1091 / P/N: B43877-1; Applicable to B-2 aircraft for a best estimated quantity (BEQ) of Base Year � 6 each, Option Year I - 6 each, Option Year II - 6 each. Item 0005: Overhaul Hydraulic Servomechanism, Basic Year plus two 1-year Options; NSN: 1650-01-420-5488 / P/N: B43874-2; Applicable to B-2 aircraft for a best estimated quantity (BEQ) of Base Year � 12 each, Option Year I - 12 each, Option Year II - 12 each. Item 0006: Overhaul Hydraulic Servomechanism, Basic Year plus two 1-year Options; NSN: 1650-01-376-1090 / P/N: B43718-1; Applicable to B-2 aircraft for a best estimated quantity (BEQ) of Base Year � 10 each, Option Year I - 10 each, Option Year II - 10 each. Item 0007: Overhaul Hydraulic Servomechanism, Basic Year plus two 1-year Options; NSN: 1650-01-378-1942 FW / P/N: B43876-1; Applicable to B-2 aircraft for a best estimated quantity (BEQ) of Base Year � 13 each, Option Year I - 13 each, Option Year II - 13 each. Item 0008: Over and Above. To be negotiated. Item 0009: Data (Not Separately Priced) Item 0010: Repair Hydraulic Servomechanism, Basic Year plus two 1-year Options; NSN: 1650-01-376-1088 / P/N: B43871-1; Applicable to B-2 aircraft for a best estimated quantity (BEQ) of Base Year � 1 each and Option Year I � 1 each and Option Year II � 1 each. Item 0011: Repair Hydraulic Servomechanism, Basic Year plus two 1-year Options; NSN: 1650-01-381-3209 / P/N: B43872-1; Applicable to B-2 aircraft for a best estimated quantity (BEQ) of Base Year � 1 each and Option Year I � 1 each and Option Year II � 1 each. Item 0012: Repair Hydraulic Servomechanism, Basic Year plus two 1-year Options; NSN: 1650-01-376-1089 / P/N: B43873-1; Applicable to B-2 aircraft for a best estimated quantity (BEQ) of Base Year � 1 each and Option Year I � 1 each and Option Year II � 1 each. Item 0013: Repair Hydraulic Servomechanism, Basic Year plus two 1-year Options; NSN: 1650-01-376-1091 / P/N: B43877-1; Applicable to B-2 aircraft for a best estimated quantity (BEQ) of Base Year � 1 each and Option Year I � 1 each and Option Year II � 1 each. Item 0014: Repair Hydraulic Servomechanism, Basic Year plus two 1-year Options; NSN: 1650-01-420-5488 / P/N: B43874-2; Applicable to B-2 aircraft for a best estimated quantity (BEQ) of Base Year � 1 each and Option Year I � 1 each and Option Year II � 1 each. Item 0015: Repair l Hydraulic Servomechanism, Basic Year plus two 1-year Options; NSN: 1650-01-376-1090 / P/N: B43718-1; Applicable to B-2 aircraft for a best estimated quantity (BEQ) of Base Year � 1 each and Option Year I � 1 each and Option Year II � 1 each. Item 0016: Repair Hydraulic Servomechanism, Basic Year plus two 1-year Options; NSN: 1650-01-378-1942 FW / P/N: B43876-1; Applicable to B-2 aircraft for a best estimated quantity (BEQ) of Base Year � 1 each and Option Year I � 1 each and Option Year II � 1 each. Item 0017: Program Management. Function (Applies to all NSNs):� Controls the critical positioning of a specific flight control surface in response to commands received from the ART.� Extends and retracts the flight control surface. NSN: 1650-01-376-1088: Dimensions:� 11.17� h x 21.40� w x 20.2430� l and weighs 72.80 lbs.� Material:� Aluminum, steel, rubber. � NSN: 1650-01-381-3209: Dimensions:� 9.37� h x 21.40� w x 27.8910� l and weighs 76.80 lbs.� Material:� Aluminum, steel, Teflon and rubber. NSN: 1650-01-376-1089: Dimensions:� 8.33� h x 23.20� w x 30.42� l and weighs 97.50 lbs.� Material:� Aluminum, steel, rubber. NSN: 1650-01-376-1091: Dimensions:� 17.00� h x 36.00� w x 53.00� l and weighs 72.00 lbs.� Material:� Steel, aluminum, plastics, electrical wiring, etc. � NSN: 1650-01-420-5488: Dimensions:� 11.20� h x 21.40� w x 24.50� l and weighs 87.10 lbs.� Material:� Aluminum, steel, rubber. � NSN: 1650-01-376-1090: Dimensions:� 10.22� h x 23.54� w x 19.48� l and weighs 93.60 lbs.� Material:� Aluminum, steel, rubber. NSN: 1650-01-378-1942: Dimensions:� 8.82� h x 12.95� w x 19.33� l and weighs 66.40 lbs.� Material:� Steel, aluminum, rubber. � Delivery (Applies to all NSNs):� 6 each every month beginning 30 days after receipt of order (ARO) and reparable units.� Regardless of the line item(s) order, when combined, the total number of assets due every 30 calendar days shall not exceed 6 each.� Early delivery is acceptable. Ship To:� Shipping instructions will be provided by the Production Management Specialist (PMS) prior to any shipments of serviceable assets. � Duration of Contract Period: 3 Year Requirements Contract (Basic Year with Two � 1 Year Options) Qualification Requirements: 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 at 405-739-7243.� 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.� Part requires engineering source approval by the design control activity in order to maintain the quality of the part.� Existing unique design capability, engineering skills, and manufacturing knowledge by the qualified source(s) require acquisition of the part from approve sources.� Current approved sources include: Moog, Inc., Large Business ������ CAGE Code: 94697 This acquisition may involve technology that has a military or space application.� The only contractors who may participate are those that are certified and registered with the Defense Logistics Information Service (DLIS) (1-800-352-3572) and have a legitimate business purpose.� In order to receive any technical data related to this acquisition, offerors must send an email request to Welth Cooper at Welth.Cooper@us.af.mil. Release of any data is subject to applicable data rights. The request shall be on company letterhead and include the applicable solicitation number, the specific data needed (including TO and/or drawing numbers), 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.** Some units of items listed in Section B may, upon disassembly and/or inspection, be determined to be beyond repairable 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 repairable limits, shall be included in the unit price(s) of the listed item(s). Condemned units will not be counted as production. Export Control:� Not Applicable. The RMC is R1/C.� Set-aside: Not Applicable. The Government intends to issue solicitation FA8118-20-R-0009 on or about 31 December 2019 with a closing response date of 30 January 2020 and estimated award date of on or about 26 September 2020.� 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. APPLICABLE TECHNICAL ORDERS Specific Technical Orders PART NUMBER����������� REMANUFACTURE MANUAL/������������� TITLE/REVISION AND/OR OTHER TO NUMBER���������������������������������������� DIRECTIVES (AFTO FORM 252)* B43871-1��������������������� 9H2-4-312-3������������������������������������������ Overhaul instruction with IPB B43872-1��������������������� 9H2-4-313-3������������������������������������������ Overhaul instruction with IPB B43873-1��������������������� 9H2-4-314-3������������������������������ ����������� Overhaul instruction with IPB B43877-1��������������������� 9H2-4-314-3������������������������������������������ Overhaul instruction with IPB B43874-2��������������������� 9H2-4-315-3������������������������������������������ Overhaul instruction with IPB B43718-1��������������������� 9H2-4-315-3������������������������������������������ Overhaul instruction with IPB B43876-1��������������������� 9H2-4-317-3������������������������������������������ Overhaul instruction with IPB * Overhaul instruction with IPB � Depot Maintenance, Revision in force at time of contract signing General Technical Orders TO NUMBER���� DATE�������������������������� ����������� TITLE�� �� 00-5-1�������������� 14 JUNE 2016�������������� ����������� AF TECHNICAL ORDER SYSTEM�������� �� 00-5-3�������������� 1 APRIL 2016��������������� ����������� AF TECHNICAL ORDER LIFE CYCLE MANAGEMENT�� �� 00-35D-54�������� 1 SEPTEMBER 2015���� ����������� USAF DEFICIENCY REPORTING, INVESTIGATION AND RESOLUTION OTHER PUBLICATIONS FOR INFORMATION PURPOSES ONLY NOTE:� These publications are for information purposes only. Overhaul Air Force Manuals DOCUMENT NUMBER������������� DATE�������������������������� TITLE AFI 23-101������������������������������� 12 DECEMBER 2016���� AIR FORCE MATERIAL MANAGEMENT DoD/Air Force Forms FORM NUMBER���������������������� TITLE SF 364������������������������������������� REPORT OF DISCREPANCY SF 368������������������������������������� QUALITY DEFICIENCY REPORT DD1574����������������������������������� SERVICEABLE TAG � MATERIEL DD1574-1�������������������������������� SERVICEABLE LABEL � MATERIEL DD1577-2�������������������������������� UNSERVICEABLE (REPAIRABLE) TAG � MATERIEL DD1577-3�������������������������������� UNSERVICEABLE (REPAIRABLE) LABEL � MATERIEL DD1577����������������������������������� UNSERVICEABLE (CONDEMNED) TAG � MATERIEL DD1577-1�������������������������������� UNSERVICEABLE (CONDEMNED) LABEL � MATERIEL DD1575����������������������������������� SUSPENDED TAG � MATERIEL DD1575-1�������������������������������� SUSPENDED LABEL � MATERIEL AFMC FORM 158��������������������� PACKAGING REQUIREMENTS CONTRACTOR DOCUMENTS � PART NUMBER����������������������� DRAWING NUMBER���������������� TITLE AND DATE B43871 ����������������������������������� WI001115��������������������������������� 17-390-Actuator #1 Assembly/Test IPB B43872 ����������������������������������� WI001122��������������������������������� 17-391-Actuator #2 Assembly/Test B43873 & B43877��������� ����������� WI001124��������������������������������� 17-392 and 17-403 Actuators #3L/3R Assembly/Test B43874 ����������������������������������� WI001128��������������������������������� 17-393-Actuator #4 Assembly/Test B43718�������� ����������������������������������� WI002789��������������������������������� 17-394-Actuator #5 Assembly/Test B43876�������������������� ����������������������� WI002790��������������������������������� 17-401 Actuator #6 Assembly/Test B33266������������������������������������ WI002789��������������������������������� Soft Seat Relief Valve A79785, A79776,���������������������� WI002790��������������������������������� MCV Assembly/Test A79777 & A79778 A79807, A79935,���������������������� WI0002792������������������������������� Check Valve Assembly/Test B33643 & B33647 A79775������������������������������������ WI002793��������������������������������� Force Motor Assembly/Test B33497������������������������������������ WI002795��������������������������������� Pilot Valve Assembly/Test A79801������������������������������������ WI002810��������������������������������� R&R Valve Assembly/Test A79785, A79776,���������� ����������� WI012036��������������������������������� Overhaul MCV Assembly/Test A79777 & A79778 A84955 & A78065��������������������� WI004712��������������������������������� Coil Burn-In, MCV and PV A78010������������������������������������ WI007603��������������������������������� Delta-P EMP 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. No telephone requests. Only written or emailed requests received directly from the requestor are acceptable.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/391f977ebf524aafad116250fdaad464/view)
 
Record
SN05561646-F 20200215/200213230135 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  © 1994-2020, Loren Data Corp.