Inactive
Total Small Business Set-Aside (FAR 19.5)
Notice ID:FA8526-23-Q-0018
** This is a 100% Small Business Set-Aside ** This requirement is for a firm-fixed price contract for three (3) each NSN: 6675-01-387-0398 BA, Protractor Set, Rigging FLT Controls, P/N 17G140307-1, wh...
** This is a 100% Small Business Set-Aside ** This requirement is for a firm-fixed price contract for three (3) each NSN: 6675-01-387-0398 BA, Protractor Set, Rigging FLT Controls, P/N 17G140307-1, which includes one First Article and two production assets, one First Article Test Plan, one Marking Plan, and one First Article Test Report, and three (3) Options of 1-3 each. The C-17 aircraft primary flight controls system is composed of elevator, aileron, and rudder control surfaces powered by hydraulic actuators. Repair or operational checkout of the flight control system requires the rudder surface rigging to be verified at zero and +/-25 degrees. A means is required, at the organizational, intermediate, and depot levels of maintenance, to verify the angles of the rudder surface after rigging and the angle of travel of the control stick grip during adjustment. The means must accurately align the angle of travel of the rudder surface without interfering with the movement or damaging the surface. The means must also interface with the control stick to precisely determine the angle from the neutral. This will be a 100% Small Business Set-aside. Offerors shall prepare their proposals in accordance with the mandatory, explicit, and detailed instructions contained in the RFQ. All responsible small business sources may submit a quote to be considered by the contracting agency. The Government will utilize the Past Performance Information Retrieval System (PPIRS), Excluded Parties List System (EPLS), and other Government databases to determine contractor status before evaluating proposals. Quotes will be evaluated based on the criteria stated in the RFQ. All data for this weapon system is considered EXPORT CONTROLLED.