SOLICITATION NOTICE
48 -- Remanufacture of F-15 Butterfly Valve, NSN: 4820-01-232-9856TP, P/N: 3214572-2-1
- Notice Date
- 5/19/2025 6:51:08 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
- FD20302501643
- Response Due
- 6/3/2025 1:00:00 PM
- Archive Date
- 06/18/2025
- Point of Contact
- Cliff Morgan, Phone: 4057395461, Amy Gil, Phone: 4057348959
- E-Mail Address
-
clifford.morgan.8@us.af.mil, amy.gil@us.af.mil
(clifford.morgan.8@us.af.mil, amy.gil@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 F-15 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 5-Year Requirements type contract is contemplated with a three-year basic and two-year option period. The requirements set forth in this notice are defined per Purchase Request FD2030-25-01643 as follows: Written response is required. Item 0001: F-15 Butterfly Valve 3-Year Basic; NSN: 4820-01-232-9856TP, P/N: 3214572-2-1; Applicable to F-15 aircraft for a best estimated quantity (BEQ) of 3-Year Basic � 150 total Item 0002: Over and Above. Total Est. $90,000 Item 0003: Data (Not Separately Priced) Item 1001: F-15 Butterfly Valve 2-Year Option; NSN: 4820-01-232-9856TP, P/N: 3214572-2-1; Applicable to F-15 aircraft for a best estimated quantity (BEQ) of 2-Year option � 100 total Item 1002: Over and Above. Total Est. $90,000 Item 1003: Data (Not Separately Priced) NSN: 4820-01-232-9856TP: Function: Used on the F-15, to control cabin air flow by maintaining a predetermined pressure between the external upstream pressure and the cabin pressure. Dimensions: 8.96� h x 6.55.� w x 9.20� l and weighs 9.20 lbs. Material: Aluminum, Steel, various materials Delivery: 10 each every 30 days. Early delivery is acceptable. Ship To: SW3211 Duration of Contract Period: 5 Year Requirements Contract (3-Year Basic with 1 2-Year Option Period) 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, offerors must send an email request to Cliff Morgan at clifford.morgan.8@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 This is a competitive requirement to approved Small Businesses. The RMC is R1/C. Set-aside: Set-Aside to approved Small Businesses. The Government intends to issue solicitation on or about 1 Jun 2025 with a closing response date of 16 July 2025 and estimated award date of on or about 20 August 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/e803178ae49b48fc9567b76b722cc4b4/view)
- Place of Performance
- Address: Tinker AFB, OK 73145, USA
- Zip Code: 73145
- Country: USA
- Zip Code: 73145
- Record
- SN07447895-F 20250521/250519230043 (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 |