Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MAY 21, 2022 SAM #7477
SOLICITATION NOTICE

15 -- A-10 FLAP TRAP/TRACK PARTS (5 PNs)

Notice Date
5/19/2022 5:52:06 AM
 
Notice Type
Solicitation
 
NAICS
336413 — Other Aircraft Parts and Auxiliary Equipment Manufacturing
 
Contracting Office
FA8212 AFSC PZABA HILL AFB UT 84056-5825 USA
 
ZIP Code
84056-5825
 
Solicitation Number
FA8212-22-R-0018
 
Response Due
6/1/2022 3:00:00 PM
 
Archive Date
05/30/2026
 
Point of Contact
Leslie Evans, Phone: 8015863964
 
E-Mail Address
leslie.evans.1@us.af.mil
(leslie.evans.1@us.af.mil)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
AMENDMENT 0001, ADDED TDPS� AMENDMEMT 0002, UPDATED TDP NSN 1560-01-059-6480FJ & EXTENDED THE RFP CLOSE-OUT DATE TO WED 18MAY2022 @ 4PM MST AMENDMENT 0003 (6MAY2022),� UPDATED TDP 4 NSNs & CLARIFIED FAIRCHILD'S QUALITY REQUIREMENTS & ATTACHED SPEC G-J301_REV_B_CLEANING & ETCHING REQUIREMENTS�� AMENDMENT 0004 (18MAY202): Update SECTION L&M Extend RFP TO 1JUN2022.� AMENMENT 0005 (19MAY2022): Correct SECTION M heading.� This is a formal solicitation or a Request For Proposal (RFP).� The RFP is in accordance with Federal contract law.�� 1. REQUIREMENT A-10 FLAP TRAP/TRACK PARTS: CLIN 0001 PN: 160D611631-3 NSN: 1560-01-059-6480FJ, Inboard Flap Trap Assy (MIN Qty 25EA; MAX Qty 75EA) CLIN 0002 PN: 160D611631-4 NSN: 1560-01-063-1116FJ, Inboard Flap Trap Assy (MIN Qty 22EA; MAX Qty 72EA) CLIN 0003 PN: 160D612105-13 NSN: 1560-01-227-2073FJ, Flap Track Rib Outboard (MIN Qty 25EA; MAX Qty 75EA) CLIN 0004 PN: 160D611632-5 NSN: 1560-01-228-3678FJ, Flap Track Assy, Inbound� (MIN Qty 55EA; MAX Qty 135EA) CLIN 0005 PN: 160D611632-6 NSN: 1560-01-522-2407FJ, Flap Track Assy Inbound� (MIN Qty 24EA; MAX Qty 104EA) 2. Acquisition Type: Full & Open Competition to Qualified Manufacturers � Total Small Business Set-Aside.� 3. Contract Type: FFP Single-Award IDIQ with a 5-year ordering period 4. Acquistion Threshold and Scope: Per the Independent Government Estimate (IGE) the total estimated acquisition value is less than $5M threshold and thus, the Government does not have the authority and clearance to exceed this acquisition scope.� Foreign participation is NOT permitted at the prime contractor level.� 5. Source Selection Type: LPTA.�� 6. Acquistion Schedule UPDATED 18MAY2022 via AMENDMENT 0004: Post Synopsis 9MAR2022-10APR2022; Post RFP 11APR2022-WED 1JUN2022;� Award within 30 days after RFP close-out date or by 30JUN2022. 7. Technical Data Package (TDP) Access:� Offers shall be IAW the current TDP.�� The TDP is attached to the RFP SECTION J via RFP Amendment 0001.� Technical data is export controlled and thus, the potential offeror must request access.� In order for the PCO approve the request the potential offeror must provide in their request their CAGE code so the PCO can verify the firm has an active DD2345, Military Technical Data Agreement.� After submitting the access request the offeror must e-mail the PCO at leslie.evans.1@us.af.mil so the PCO can approve the access request.� Once the technical data is downloaded please let the PCO know if there are any technical data missing to meet the requirement and deliver serviceable assets.� 8. Acquisition Subject to Qualification Requirement. �Replenishment parts must be acquired so as to ensure the safe, dependable, and effective operation of the military aircraft, the A-10s, and thus military aircraft parts are subject to qualification requirements per FAR 17.7, Acquisition of Replenishment Parts and FAR 9.2, Qualification Requirements.� Potential offerors must be qualified manufacturer(s) to bid. Potential offerors may submit a Source Approval Request (SAR) per the attached Source Qualification Statement Spares (SQSS). �All responsible qualified manufacturers may submit a bid, proposal, or quotation which shall be considered by the agency.� As prescribed in FAR 9.202 (e) and (d), 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 nor refer challenges to the USAF�s qualification requirements to the small business administration.�
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/d4c23b7a553a49969cb91ecce9caf445/view)
 
Place of Performance
Address: USA
Country: USA
 
Record
SN06332388-F 20220521/220519230058 (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.