Overhaul of B-1 Gear Sweep Actuators and Components
The United States Air Force through Air Force Sustainment Center (AFSC), Tinker AFB 73145 is contemplating the Overhaul of the B-1 Gear Sweep Actuators and Components. A firm fixed price (FFP) 5-year ... The United States Air Force through Air Force Sustainment Center (AFSC), Tinker AFB 73145 is contemplating the Overhaul of the B-1 Gear Sweep Actuators and Components. A firm fixed price (FFP) 5-year requirements type contract with a 3-year basic option and one 2-year option is contemplated. The requirements set forth in this notice are defined per Purchase Request FD20302201712 as follows: Written response is required. CLIN 0001, NSN: 1680-01-148-4141RK, P/N: 5003892, 3-year basic Best Estimated Quantity (BEQ), 3 ea. CLIN 0002, Input NSN: 1650-01-276-1944, Input P/N: 5003418-12, Output NSN: 1650-01-652-5025, Output P/N: 5003418-14, 3-year basic BEQ, 6 ea. CLIN 0003 Input NSN: 1650-01-276-5888, Input P/N: 5003418-11, Output NSN: 1650-01-652-5309, Output P/N: 5003418-13, 3-year basic BEQ, 3 ea. CLIN 0004, Over and Above, To be Determined (TBD) CLIN 0005, Data and Reports, Not Separately Priced (NSP) CLIN 1001, NSN: 1680-01-148-4141RK, P/N: 5003892, 2-year option BEQ, 2 ea. CLIN 1002, Input NSN: 1650-01-276-1944, Input P/N: 5003418-12, Output NSN: 1650-01-652-5025, Output P/N: 5003418-14, 2-year option BEQ, 6 ea. CLIN 1003 Input NSN: 1650-01-276-5888, Input P/N: 5003418-11, Output NSN: 1650-01-652-5309, Output P/N: 5003418-13, 2-year option BEQ, 2 ea. CLIN 1004, Over and Above, TBD CLIN 1005, Data and Reports, NSP Function: The Gear Sweep Actuator (GSA) is a hydromechanical unit that converts hydraulic power from the aircraft's hydraulic systems to mechanical power. The gearbox assembly provides the output angle required to connect the GSA with the cross ship drive train. Part of the hydraulic train to move the wings of the B-1. GSA Dimensions: 45" L X 25" W X 24" H and weighs 205 lbs. Material: Steel and aluminum. Gearbox assembly dimension: 18.927" L X 13.55" W X 30.8340" H and weighs 133.50 lbs. Material: Aluminum alloy and steel. Delivery: Deliver 1 ea. unit per month beginning 30 days After Receipt of Order/Reparable Units (ARO/REPS). Early delivery is acceptable. Ship To: Shipping instructions will be provided by the Supply Planner (SP) prior to any shipments of serviceable assets. Duration of Contract Period: 5 Years total with One Three-Year Basic and One Two-Year Option. Qualification Requirements: QUALIFICATION REQUIREMENTS APPLY. For qualification information/source approval requests contact the Source Development Office, OC-ALC/SB (405) 739-7243. Award will be based on meeting our requirements and cannot be delayed pending qualification of additional sources. 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 approved sources. Current approved sources include: MOOG, Inc. CAGE CODE: 0ZWK8 Hamilton Sundstrand CAGE CODE: 99167 Thomas Instrument CAGE CODE: 5H860 In order to receive any technical data related to this acquisition, offerors must send an email request to M. Ryan Churchwell at matthew.churchwell.2@us.af.mil and Jacqueline West at jacqueline.west@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. Export Control: N/A The AMC is R1/3 Set-aside: N/A The Government intends to issue solicitation on or about 17 October 2023 with a closing response date on or about 1 December 2023. 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/TO TITLE/REVISION AND/OR OTHER DIRECTIVES NUMBER (AFTO FORM 252) 5003418-13&14 16G1-176-3 Technical Manual Gear Sweep Actuator (Overhaul) 5003418-13&14 16G1-176-4 Technical Manual Gear Sweep Actuator (IPB) 5902063 9H10-2-8-3 Technical Manual Control Motor (Overhaul) 5902062 9H10-2-11-3 Technical Manual Drive Motor (Overhaul) General Technical Orders TO NUMBER DATE TITLE 00-5-1 25 JAN 2021 AF TECHNICAL ORDER SYSTEM 00-5-3 11 AUG 2021 AF TECHNICAL ORDER LIFE CYCLE MANAGEMENT 00-35D-54 15 APR 2021 USAF DEFICIENCY REPORTING, INVESTIGATION AND RESOLUTION Air Force Manuals DOCUMENT NUMBER DATE TITLE AFI 23-101 21 OCT 2020 AIR FORCE MATERIAL MANAGEMENT AFMAN 23-122 26 OCT 2020 MATERIEL MANAGEMENT PROCEDURES DoD/Air Force Forms FORM NUMBER TITLE SF 364 REPORT OF DISCREPANCY SF 368 PRODUCT QUALITY DEFICIENCY REPORT DD250 MATERIAL INSPECTION AND RECEIVING REPORT DD1348-1A ISSUE RELEASE/RECEIPT DOCUMENT 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 DD1694 REQUEST FOR VARIANCE (RFV) AFMC FORM 158 PACKAGING REQUIREMENTS Contractor Documents N/A 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 contracual 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.
Links ()
Attachments ()
Data sourced from SAM.gov.
View Official Posting »
Overhaul of the B-1 Gear Sweep Actuator
INTERESTED SOURCES MUST SELECT “ADD ME TO INTERESTED VENDORS” BUTTON ABOVE OR BELOW TO BE CONSIDERED PARTICIPANTS IN THIS MARKET RESEARCH EFFORT. THERE IS NO SOLICITATION AVAILABLE AT THIS TIME. REQUE... INTERESTED SOURCES MUST SELECT “ADD ME TO INTERESTED VENDORS” BUTTON ABOVE OR BELOW TO BE CONSIDERED PARTICIPANTS IN THIS MARKET RESEARCH EFFORT. THERE IS NO SOLICITATION AVAILABLE AT THIS TIME. REQUESTS FOR A SOLICITATION WILL NOT RECEIVE A RESPONSE. This Sources Sought Synopsis (SSS) is in support of Market Research being conducted by the United States Air Force to identify potential sources for the requirements identified below and to determine if this effort can be competitive or a Small Business Set-Aside. The Government may consider breaking the requirement out by airframe. This is not a Request for Proposal (or solicitation) or an indication that a contractual commitment will exist for this requirement. The government does not intend to award a contract on the basis of this market research. No funds are available to fund the information solicited. The Government will use the information gathered through publication of this SSS to determine the best acquisition strategy for this requirement. The Government is interested in all potential sources including Small Businesses, Small Disadvantaged Businesses, 8(a) businesses, Service-Disabled Veteran-Owned Small Businesses, HUBZone Small Businesses, Women-Owned Small Businesses, etc. The Supply Chain Management Squadron located at Tinker Air Force Base is requesting information, pursuant to FAR PART 10, in support of Market Research to identify potential sources for the of the NSN(s) listed below. REQUIREMENTS The contractor shall be capable of furnishing all required labor, material, facilities and equipment to accomplish repair, test, preservation and packaging, and return to the government a unit. Contractor will be responsible for supply chain management, logistics, forecasting of parts, long-lead parts procurement, reparable forecasting, obsolescence issues and delivery of completed assets. The repair requirement for this effort is identified below: Part Number NSN Estimated Repair Requirement (5003418-11) Input:1650-01-276-5888 (5003418-13) Output: 650-01-652-5309HS (5003418-13) Input: 1650-01-652-5309HS (5003418-13) Output: 1650-01-652-5309HS 5ea (5003418-12) Input: 1650-01-276-1944 (5003418-14) Output: 1650-01-652-5025 HS 5ea (5003418-14) Input: 1650-01-652-5025 HS (5003418-14) Output: 1650-01-652-5025 HS (5003892) Input: 1680-01-148-4141 RK (5003892) Output: 1680-01-148-4141 RK 5ea TECHNICAL DATA The government Technical Orders applicable to this sources sought synopsis are as follows: See Repair Data List (RDL) or List of TO's embedded in this document (if available) Government provided data is annotated on the RDL attached to this posting. Absence of an RDL indicates the Government cannot provide technical data and that potential sources are required to independently acquire the necessary technical data to satisfy this requirement. See Public Sales Fact Sheet embedded in this document Requests for TECHNICAL ORDERS should be submitted to the Tinker AFB Public Sales Office in accordance with the instructions contained in the “TO Public Sales Fact Sheet”. Requests for TECHNICAL ORDERS need to be emailed to AFLCMC.LZP.PUBSALES@us.af.mil Tinker AFB TO Public Sales Office Phone: (405)736-3868/3197 or DSN: 336-3868/3197 See PubSalesForm Excel Spreadsheet embedded in this document If drawings are listed on RDL, requests for Engineering Drawings in response to SSS posting should be submitted using the EXCEL spreadsheet and send to Tinker Engineering Drawings Public Sales Desk Email: email ocalc.lgldo.public@us.af.mil Phone: 405-736-4676, or DSN: 336-4676 SOURCE APPROVAL Potential sources wishing to be qualified to perform the requirement specified above are REQUIRED to complete a Source Approval Request (SAR) package as specified in the Qualification Requirements for this item. QR's, if applicable, are attached to this notice. The QR attached to this document is for reference only. The official synopsis of the QR's for this item can be found by searching www.sam.gov/ for the keyword “Repair / Remanufacture Qualification Requirements ”. Changes to the item list or QRs will be published to the official solicitation, not this notice. If class RQR’s are not applicable to part (RMSC codes applicable are: C, D, K, M, N, P, Q, R, S, V, and Z), attach appropriate QR here. See RQRs attached For Questions regarding the Tinker SAR Process or related issues, these inquiries should be submitted to the AFSC Small Business Office at: AFSC/SB 3001 Staff Drive, Suite 1AG 85A Tinker AFB, OK 73145-3009 Email: afsc.sb.workflow@us.af.mil Website: https://www.afsc.af.mil/units/sbo/index.asp The actual SAR Package submission itself shall be submitted electronically through DoD SAFE https://safe.apps.mil/. DoD SAFE is a safe and secure option for large file submissions. If you have a PKI Certificate, the SAR can be sent directly to the POC email addresses below via DoD SAFE. If you do not have a PKI Certificate, then you must send a standard email message to the POC email addresses below, and ask that they “Request a Drop-Off” to your email address via DoD SAFE, which will enable you to be able to Upload the SAR Submission Package documents to DoD SAFE. 429SCMS.SASPO.Workflow@us.af.mil and stacy.cochran@us.af.mil. Estimated Solicitation Information The government requests that interested parties respond to this notice if applicable and provide the requested information in Part I below. Part I. Business Information Please provide the following business information for your company/institution and for any teaming or joint venture partners: • Company/Institute Name: • Address: • Point of Contact: • CAGE Code: • Phone Number: • E-mail Address: • Web Page URL: • Size of business pursuant to North American Industry Classification System (NAICS) Code: • Based on the above NAICS Code, state whether your company is: • Service Disabled Veteran Small Business (Yes / No) • Small Business(Yes / No) • Woman Owned Small Business(Yes / No) • Small Disadvantaged Business(Yes / No) • 8(a) Certified(Yes / No) • HUBZone Certified(Yes / No) • Veteran Owned Small Business(Yes / No) • Unique Entity ID (UEI) • A statement as to whether your company is domestically or foreign owned (if foreign, please indicate the country of ownership). As stated above, this SSS is issued solely for informational and planning purposes, and no funds are available to fund the information requested. The information in this notice is current as of the publication date but is subject to change and is not binding to the Government. Oral submissions are not acceptable for any requested information. Please submit responses by: Note: Potential sources should only submit questions regarding this post to the above email address. DO NOT CONTACT THE ORIGINATOR OF THIS POST WITH QUESTIONS.
Links ()
Attachments ()
Data sourced from SAM.gov.
View Official Posting »