SOLICITATION NOTICE
48 -- REMANUFACTURE OF C-130 BUTTERFLY VALVE
- Notice Date
- 3/4/2025 11:30:04 AM
- Notice Type
- Presolicitation
- NAICS
- 336413
— Other Aircraft Parts and Auxiliary Equipment Manufacturing
- Contracting Office
- FA8118 AFSC PZABB TINKER AFB OK 73145-3303 USA
- ZIP Code
- 73145-3303
- Solicitation Number
- FD20302500502
- Response Due
- 3/19/2025 1:00:00 PM
- Archive Date
- 04/03/2025
- Point of Contact
- Aczavius Smith, Morgan Mcgarity
- E-Mail Address
-
aczavius.smith@us.af.mil, morgan.mcgarity@us.af.mil
(aczavius.smith@us.af.mil, morgan.mcgarity@us.af.mil)
- Description
- The United States Air Force through Air Force Sustainment Center (AFSC), Tinker AFB 73145 is contemplating the Remanufacture of C-130 Anti-Ice Butterfly Valve. The contractor shall provide all labor, facilities, equipment and all material to accomplish remanufacture. The work encompasses the disassembly cleaning, inspection, maintenance re-assembly, testing, and finishing actions required to return the item to a like-new condition in accordance with the solicitation requirements and all attachments. A firm fixed price Indefinite Delivery 5-year Requirements type contract is contemplated with a, 3 year basic and one 2 year option. The requirements set forth in this notice are defined per Purchase Request FD20302500502 as follows: Written response is required. Item 0001: Anti-Ice Butterfly Valve for the C-130, NSNs: 4810-01-380-6588TP (P/N: 3290750-1-1) 3 YEAR BASIC WITH, ONE 2 YEAR OPTION TOTALING A 5 YEAR CONTRACT 3 YEAR BASIC BEQ = 72 EA, 2 YEAR OPTION BEQ = 48 EA. Item 0002: Over and Above. To be negotiated. Item 0003: Data (Not Separately Priced) NSN: 4810013806588TP Function: Pneumatically operated, spring loaded, closed butterfly valve that controls air flow on the air conditioning pack. Dimensions: 9.5000� h x 7.2500� w x 9.5000� l and weighs 6.0000 lbs. Material: Aluminum and Various. Delivery: Deliver 1-unit(s) 9EA 140 days ARO and REP. Deliver 3EA every 30 days thereafter. Early delivery is acceptable Ship To: SW3211 Duration of Contract Period: 5 Year Requirements Contract (Basic 3 Year with � One, 2 Year Option) 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. In order to receive any technical data related to this acquisition during the pre-solicitation phase, offerors must send an email request to the Public Sales Office AFLCMC.LZP.PUBSALES@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: N/A There are Multiple Approved sources. IAW 762 Approved Sources, a Full and Open Solicitation is contemplated for this requirement. The RMC is R1/C. The Government intends to issue solicitation on or about 19 March 2025 with a closing response date of 19 April 2025 and estimated award date of on or about 24 July 2025. 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.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/d666a3d5f3e1458c9c9786c0b3d1575f/view)
- Place of Performance
- Address: Tinker AFB, OK, USA
- Country: USA
- Country: USA
- Record
- SN07360510-F 20250306/250304230046 (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 |