SOLICITATION NOTICE
16 -- Remanufacture of KC 135 & E3 Gearbox Assemblies
- Notice Date
- 5/14/2025 10:41:29 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
- FD20302500267
- Response Due
- 5/29/2025 1:00:00 PM
- Archive Date
- 06/13/2025
- Point of Contact
- Alan Tran, Morgan Mcgarity
- E-Mail Address
-
alan.tran.1@us.af.mil, morgan.mcgarity@us.af.mil
(alan.tran.1@us.af.mil, morgan.mcgarity@us.af.mil)
- Small Business Set-Aside
- SBA Total Small Business Set-Aside (FAR 19.5)
- Description
- The United States Air Force through Air Force Sustainment Center (AFSC), Tinker AFB 73145 is contemplating the Remanufacture of KC 135 & E3 Gearbox Assemblies. 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 requirements type contract is contemplated with a 5 year, 3 year basic and one 2 year option The requirements set forth in this notice are defined per Purchase Request FD20302500267 as follows: Written response is required. Item 0001: Remanufacture of Gearbox Assembly, NSN: 1680-00-607-2108FL, P/N: 5-87448-1 3 YEAR BASIC WITH ONE 2 YEAR OPTION YEAR TOTALING A 5 YEAR CONTRACT Best estimated Quantity (BEQ), 60 EACH per year, with BEQ 60 EACH for each subsequent Option Year. Item 0002: Remanufacture of Gearbox Assembly, NSN: 1680-01-009-4072AW, P/N: 5-87448-3008 3 YEAR BASIC WITH ONE 2 YEAR OPTION YEAR TOTALING A 5 YEAR CONTRACT Best estimated Quantity (BEQ), 2 EACH per year, with BEQ 2 EACH for each subsequent Option Year. Item 0003: Over and Above. To be negotiated. Item 0004: Data (Not Separately Priced) NSN: 1680-00-607-2108FL Function: Hydraulic motor driven unit that drives the wing flap torque tube system to operate the trailing edge flaps Dimensions: 10.6200� h x 9.1600� w x 13.3400� l and weighs 15.8500 lbs. Material: Aluminum. Delivery: Deliver 1-unit(s) 6EA / 30 Days ARO funded order or repairable assets. Early delivery is acceptable Ship To: DLA DISTRIBUTION DEPOT OKLAHOMA 3301 F AVE CEN REC BLDG 506 DR 22 TINKER AFB OK 73145-8000 TINKER AFB OK, OK 73145-8000 USA NSN: 1680-01-009-4072AW Function: The flap drive power unit is used to drive the inboard fillet and outboard flaps Dimensions: 10.6200� h x 9.1600� w x 13.3400� l and weighs 15.8500 lbs. Material: Magnesium and Alum Alloy Castings and 4130 Steel. Delivery: Deliver 1-unit(s) 2ea / 30 days ARO order and reps. Early delivery is acceptable Ship To: DLA DISTRIBUTION DEPOT OKLAHOMA 3301 F AVE CEN REC BLDG 506 DR 22 TINKER AFB OK 73145-8000 TINKER AFB OK, OK 73145-8000 USA Duration of Contract Period: 5 Year Requirements Contract (Basic 3 Year with � 1, 2Year Options) 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 small business set aside is contemplated for this requirement. The RMC is R1/C. The Government intends to issue a solicitation on or about 02 June 2025 with a closing response date of 17 July 2025 and estimated award date of on or about 25 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. APPLICABLE TECHNICAL ORDERS Specific Technical Orders PART NUMBER REMANUFACTURE MANUAL/TO NUMBER TITLE/REVISION AND/OR OTHER DIRECTIVES (AFTO FORM 252) 5-87448-1 16A1-13-9-3 OVERHAUL INSTRUCTIONS WITH ILLUSTRATED PARTS BREAKDOWN 5-87448-3008 16A1-13-9-3 OVERHAUL INSTRUCTIONS WITH ILLUSTRATED PARTS BREAKDOWN 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 OTHER PUBLICATIONS FOR INFORMATION PURPOSES ONLY NOTE: These publications are for information purposes only. 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 DD1574-1 SERVICEABLE TAG � MATERIEL SERVICEABLE LABEL � MATERIEL DD1577-2 DD1577-3 UNSERVICEABLE (REPAIRABLE) TAG � MATERIEL UNSERVICEABLE (REPAIRABLE) LABEL � MATERIEL DD1577 DD1577-1 UNSERVICEABLE (CONDEMNED) TAG � MATERIEL UNSERVICEABLE (CONDEMNED) LABEL � MATERIEL DD1575 DD1575-1 SUSPENDED TAG � MATERIEL SUSPENDED LABEL � MATERIEL DD1694 AFMC FORM 158 REQUEST FOR VARIANCE (RFV) PACKAGING REQUIREMENTS CONTRACTOR DOCUMENTS PART NUMBER DRAWING NUMBER TITLE AND DATE N/A N/A 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 contractor 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. No telephone requests. Only written or emailed requests received directly from the requestor are acceptable.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/523a609c0ccc4557a50c8331d001971c/view)
- Place of Performance
- Address: Tinker AFB, OK, USA
- Country: USA
- Country: USA
- Record
- SN07442876-F 20250516/250514230045 (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 |