Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF APRIL 03, 2025 SAM #8529
SOLICITATION NOTICE

10 -- Synopsis, F-16 20MM Transfer Unit, NSN 1005-01-046-3536, Part Number 211F603

Notice Date
4/1/2025 10:50:57 AM
 
Notice Type
Presolicitation
 
NAICS
332994 — Small Arms, Ordnance, and Ordnance Accessories Manufacturing
 
Contracting Office
DLA AVIATION AT WARNER ROBINS, GA ROBINS A F B GA 31098-1813 USA
 
ZIP Code
31098-1813
 
Solicitation Number
SPRWA1-25-R-0011
 
Response Due
4/16/2025 12:30:00 PM
 
Archive Date
05/01/2025
 
Point of Contact
Todd Stimus, Phone: 4782228413, Victor Henderson
 
E-Mail Address
todd.stimus@us.af.mil, victor.henderson.2@us.af.mil
(todd.stimus@us.af.mil, victor.henderson.2@us.af.mil)
 
Description
SUBJECT: This requirement is for the production of the F-16 20MM Transfer Unit, NSN 1005-01-046-3536, Part Number 211F603, used to support the Armament Aircraft gun systems utilized by the United States Government and Foreign Military Sales (FMS). The contract will consist of 5 Ordering Periods and a First Article Ordering Period as shown below: NSN 895-01-174-5742, P/N: 435346-1: Basic Ordering Period (First Article) - 2 BEQ, Ordering Period 1 - 70 BEQ, Ordering Period 2 - 20 BEQ, Ordering Period 3 - 20 BEQ , Ordering Period 4 - 20 BEQ. ITEM DESCRIPTION The transfer unit assembly materials/composition are various steel components that are precision machined to tolerances up to three decimal places and surface tolerance up to three decimal places. The transfer unit assembly has a casting classification and inspection in accordance with (IAW) AMS 2175, Class 3, and Grade D. These components require master gears to check the acceptability/quality of the gear portion. Unsatisfactory gearing of these components can result in deleterious product performance and structural or durability degradation. The gears must be tested and inspected with a master gear. Transfer unit shall be fire tested with 150 rounds of M55A2 or PGU-27/B (20mm target projectile) in bursts of approximately 75 rounds. Specification for this item is found on revision E drawing 211F603 that details design and construction requirements, qualification provisions including environmental requirements, and qualification provisions among other requirements. This action will result in a Requirements type contract. IMPEDIMENT TO COMPETITION This requirement is not suitable for competition and will be utilized under Other Than Full and Open Competition as prescribed by FAR 6.302-1, Only One Responsible Source and No Other Supplies or Services Will Satisfy Agency Requirements. This action will result in the award of a new contract, which will be a Firm Fixed Price (FFP) Requirement Indefinite Deliver Contract (IDC) contract with basic one year ordering period and additional four one-year ordering periods. This sole source requirement. The agency's minimum needs can only be satisfied by the unique supplies or services available from the OEM. The OEM provides the U.S. military with an extensive range of overarching product segments applied across all levels of strategic and tactical operations) for the gun systems that use these housings. As the OEM is responsible for the entire design, as well as for special tooling and equipment needed for verification testing (which includes range loader, test stand, Slave AHS, 20MM F-16, Slave Barrels, 20MM, casting molds, and electronic gun control unit). They have extensive knowledge of the quality requirements and have maintained the infrastructure and machining capabilities necessary for the production and operation of these items. The U.S. Government owns an insufficient technical data package (TDP) for this item which consists of two-dimensional drawings. INTEREST Interested parties may identify their interest and capability to respond to the requirement no later than 16 April 2025 by emailing todd.stimus@us.af.mil and/or victor.henderson.2@us.af.mil. The Government intends to procure these items using FAR 6.302-1, Only One Responsible Source and No Other Supplies or Services Will Satisfy Agency Requirements. DISCLAIMER This sources sought synopsis is for informational purposes only. This is not a request for proposal. It does not constitute a solicitation and shall not be construed as a commitment by the government. Responses in any form are not offers, and the government is under no obligation to award a contract as a result of this announcement. No funds are available to pay for preparation of responses to this announcement. Any information submitted by respondents to this technical description is strictly voluntary.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/5b345f01a7c6486197e3bc9aae7b5562/view)
 
Place of Performance
Address: Warner Robins, GA, USA
Country: USA
 
Record
SN07393339-F 20250403/250401230050 (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.