Search Contract Opportunities

B-2/B-52 Hydraulic Drive Unit, Common Strategic Rotary Launcher, NSN: 1650-01-276-4376, P/N 741322E   4

ID: FD20302101094 • Type: Presolicitation

Description

Posted: June 16, 2023, 12:39 p.m. EDT

The United States Air Force through Air Force Sustainment Center (AFSC), Tinker AFB 73145 is contemplating the Overhaul of B-2/B-52 Hydraulic Drive Unit, Common Strategic Rotary Launcher (CSRL) power drive unit (PDU), NSN: 1650-01-276-4376, P/N 741322E, for a total of 10-years with a one five-year basic performance period, followed by five one-year option periods. A firm fixed price type contract is contemplated.

The requirements set forth in this notice are defined per Purchase Request FD20302101094 as follows:

Written response is required.

Duration of Contract Period: 10 Years Total, One Five-Year Basic with Five One-Year Options

CLIN 0001: Overhaul and Material Lay In, NSN: 1650-01-276-4376, P/N 741322E.

One Five-Year Basic; best estimated quantity (BEQ) of 5 each.

Five 1-year Option Years; best estimated quantity (BEQ) of 5 each

Deliver: 1 unit(s) initial 1ea every 365 days and then 1ea every 30 days thereafter. Early delivery is acceptable.

CLIN 0002: Overhaul Only, NSN: 1650-01-276-4376, P/N 741322E

One Five-Year Basic; best estimated quantity (BEQ) of Min 5 ea / Max 85 ea.

Five 1-year Option Years; best estimated quantity (BEQ) of Min 5 ea / Max 85 ea

Deliver: 170 unit(s) 1ea every 30 days ARO/Reps. Early delivery is acceptable.

CLIN 0003: Over and Above (To Be Negotiated (TBN)

CLIN 0004: Data (Not Separately Priced (NSP))

Ship To: Shipping instructions will be provided by the Production Management Specialist (PMS) prior to any shipments of serviceable assets.

Function: DRIVE UNIT, HYDRAULIC, HYDRAULIC POWER DRIVE UNIT THAT ACTUATES THE OPENING OF THE B52 & B2 ROTARY LAUNCHER DOOR. Dimensions: Length (FT): 4.0000, Width (FT) 2.0000, Height (FT) 2.0000, Weighs (LBS) 260.0000. Material: Steel, Aluminum.

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 approve sources. Current approved sources include:

Hamilton Sundstrand Corporation CAGE CODE: 99167

Export Control: N/A

Set-aside: N/A

APPLICABLE TECHNICAL ORDERS

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 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

PART NUMBER DRAWING NUMBER TITLE AND DATE

741322E 741322 Outline

741322E TS3871 Acceptance Test Specification

741322E 741323 Assembly

The Government intends to issue solicitation FA8118-23-R-0030 on or about 21 July 2023 with a closing response date of 19 Oct 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-mai. 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.

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.

Posted: June 16, 2023, 11:32 a.m. EDT

Overview

Response Deadline
July 17, 2023, 3:00 p.m. EDT Past Due
Posted
June 16, 2023, 11:32 a.m. EDT (updated: June 16, 2023, 12:39 p.m. EDT)
Set Aside
None
Place of Performance
United States
Source
SAM

Current SBA Size Standard
1250 Employees
Pricing
Fixed Price
Est. Level of Competition
Average
Odds of Award
62%
On 6/16/23 Air Force Sustainment Center issued Presolicitation FD20302101094 for B-2/B-52 Hydraulic Drive Unit, Common Strategic Rotary Launcher, NSN: 1650-01-276-4376, P/N 741322E due 7/17/23. The opportunity was issued full & open with NAICS 336413 and PSC J016.

NATO Stock Number

Details for NSN 1650012764376

Item Name
DRIVE UNIT, HYDRAULIC
NIIN
012764376
Standard Unit Price (DLA)
$1,040,275.46

Approved Suppliers
Primary Contact
Name
Jacqueline K West   Profile
Phone
(405) 736-2431

Secondary Contact

Name
Shirley V. Harmon   Profile
Phone
(405) 739-5461

Documents

Posted documents for Presolicitation FD20302101094

Question & Answer

Opportunity Lifecycle

Procurement notices related to Presolicitation FD20302101094

Potential Bidders and Partners

Awardees that have won contracts similar to Presolicitation FD20302101094

Similar Active Opportunities

Open contract opportunities similar to Presolicitation FD20302101094

Additional Details

Source Agency Hierarchy
DEPT OF DEFENSE > DEPT OF THE AIR FORCE > AFMC > AIR FORCE SUSTAINMENT CENTER > FA8118 AFSC PZABB
FPDS Organization Code
5700-FA8118
Source Organization Code
500042470
Last Updated
Oct. 17, 2023
Last Updated By
jacqueline.west@us.af.mil
Archive Date
Oct. 17, 2023