Search Contract Opportunities

B-2 FLIGHT CONTROL SURFACES

ID: SPRTA1-20-R-0107 • Type: Presolicitation
Opportunity Assistant

Hello! Please let me know your questions about this opportunity. I will answer based on the available opportunity documents.

Please sign-in to link federal registration and award history to assistant. Sign in to upload a capability statement or catalogue for your company

Some suggestions:
Please summarize the work to be completed under this opportunity
Do the documents mention an incumbent contractor?
I'd like to anonymously submit a question to the procurement officer(s)
Loading

Description

Synopsis

Previously synopsized under SPRTA1-18-R-0374. Reposted due to change in acquisition strategy.

PRs: FD2030-18-01315 & FD2030-18-01316

1. Estimated issue date and estimated closing/response date:

Issue: 06 Mar 2020

Closes: 06 Apr 2020

2. RFP# SPRTA1-20-R-0107

3. Service/Spare/Repair/OH: Spares

4. AMC: 4P

5. Nomenclature/Noun: 01315 RUDDER, AIRCRAFT; 01316 ELEVON, AIRCRAFT

6. NSN: 01315 1560-01-398-7217 FW; 01316 1560-01-452-7228

7. P/N: 01315 DAA3150A681-048; 01316 DAA3150A506-099

8. History: NO HISTORY OF PRIOR ACQUISITION

9. Description/Function: Composite flight control surfaces that control pitch, roll, or yaw of the aircraft.

10. Total Line Item Quantity: 01315 - L/I 0001 1 each; 01316 - L/I 0001 1 each. Both parts require submission of first article test reports, material certifications, and certificates of conformance.

11. Application (Engine or Aircraft): B-2

12. Destination: SV3211 Tinker Air Force Base, OK 73145.

13. Required Delivery: All line items to be delivered on or before 31 JUL 2023.

14. Qualification Requirements: Do not exist.

15. Export Control Requirements: No

16. UID: Note to Contractor: UID requirements will apply. See clause 252.211-7003.

17. Qualified Sources: Northrop Grumman Systems Corporation (CAGE 78JW8)

18. Set-aside: N/A

19. Mandatory Language:

In accordance with FAR 5.207(c) (16) (ii), all responsible sources may submit a bid, proposal, or quotation which shall be considered by the agency.

It is anticipated that this requirement is non-competitive.

Authority: 10 U.S.C. 2304(c) (1), Justification: supplies (or Services) required shall be obtained through the use of other than competitive procedures.

It is suggested that small business firms or others interested in subcontracting opportunities in connection with the described procurement make contract with the firms(s) listed.

This acquisition involves technology that has a military or space application. The extent of foreign participation has not yet been determined. Nothing in this notice contradicts other restrictions, identified in the synopsis notice or solicitation, regarding eligible sources (e.g., if this is a small business set aside, foreign sources may not participate as potential prime contractors but could, if otherwise eligible, participate as subcontractors).

Based upon market research, the Government is not using the policies contained in Part 12, Acquisition of Commercial Items, in its solicitation for the described supplies or services. However, interested persons 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.

Government's obligation under this contract is contingent upon the availability of appropriated funds from which payment for contract purposes can be made. No legal liability on the part of the Government for any payment may arise until funds are made available to the Contracting Officer for this contract and until the Contractor receives notice of such availability, to be confirmed in writing by the Contracting Officer

Electronic procedures will be used for this solicitation. Hardcopies of the solicitation will not be sent from this office. The solicitation will be available for download only at www.fbo.gov.

This notice of intent is not a request for competition. However, all proposals received within 45 days (30 days if award is issued under an existing basic ordering agreement) after date of publication of this synopsis will be considered by the Government. A determination by the Government not to compete this proposed contract based upon responses to this notice is solely within the discretion of the Government. Information received will normally be considered solely for the purpose of determining whether to conduct a competitive procurement.

Note: While price will be a significant factor in the evaluation of offers, the final contract award decision may be based upon a combination of price and past performance factors as detailed in the solicitation.

Note: 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 the 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) 855-3556. DO NOT CALL THIS NUMBER FOR SOLICITATION REQUESTS.

Request for written quotation will be issued. Only written or faxed request received directly from the requestors are acceptable. The anticipated award date will be 90 days after the issuance of this notice.

20. Buyer name, phone#, and email address Questions concerning this synopsis or subsequent solicitation can be directed to the buyer William J. Stephenson, 405-855-3543, william.stephenson.4@us.af.mil.

Overview

Response Deadline
April 13, 2020, 4:00 p.m. EDT (original: April 6, 2020, 4:00 p.m. EDT) Past Due
Posted
Feb. 28, 2020, 10:01 a.m. EST (updated: Jan. 3, 2023, 4:02 p.m. EST)
Set Aside
None
Place of Performance
Beavercreek, OH 45430 United States
Source
SAM

Current SBA Size Standard
1250 Employees
Pricing
Likely Fixed Price
Est. Level of Competition
Average
Odds of Award
52%
On 2/28/20 DLA Aviation issued Presolicitation SPRTA1-20-R-0107 for B-2 FLIGHT CONTROL SURFACES due 4/13/20. The opportunity was issued full & open with NAICS 336413 and PSC 1560.

NATO Stock Number

Details for included NSNs

Item Name
ELEVON
NIIN
014527228
Standard Unit Price (DLA)
$8,846,272.52

Item Name
RUDDER, AIRCRAFT
NIIN
013987217
Standard Unit Price (DLA)
$9,182,269.36
Primary Contact
Name
William Stephenson   Profile
Phone
(405) 855-3543
Fax
(405) 739-4237

Documents

Posted documents for Presolicitation SPRTA1-20-R-0107

Question & Answer

The AI Q&A Assistant has moved to the bottom right of the page

Contract Awards

Prime contracts awarded through Presolicitation SPRTA1-20-R-0107

Potential Bidders and Partners

Awardees that have won contracts similar to Presolicitation SPRTA1-20-R-0107

Similar Active Opportunities

Open contract opportunities similar to Presolicitation SPRTA1-20-R-0107

Additional Details

Source Agency Hierarchy
DEPT OF DEFENSE > DEFENSE LOGISTICS AGENCY (DLA) > DLA AVIATION > DLA AVIATION OKLAHOMA CITY > DLA AVIATION AT OKLAHOMA CITY, OK
FPDS Organization Code
97AS-SPRTA1
Source Organization Code
500042969
Last Updated
Jan. 31, 2023
Last Updated By
ryan.newton.4@us.af.mil
Archive Date
Feb. 28, 2021