Search Contract Opportunities

New Manufacture of Cylinder Assembly   2

ID: FD20302401363 • Type: Presolicitation

Description

The United States Air Force through Air Force Sustainment Center (AFSC), Tinker AFB 73145 is contemplating the New Manufacture of Cylinder Assembly. This is a Spare Buy contract.

The requirements set forth in this notice are defined per Purchase Request FD20302401363 as follows:

Written response is required.

ITEM 0001: New Manufacture of Cylinder Assembly; NSN: 1680013502780FW P/N DAA329P242-121; best estimated quantity (BEQ) of 23 each/year. (Max Contract Quantity 35 ea)

ITEM 0002: First Article - Contractor Test Item Expended

ITEM 0003: First Article Contractor Test EA 2 in addition to production.

Function: The cartridge assembly (Augmentor Cartridge Assembly) incorporates the utilization of spring tension to provide the crew with an artificial feel equivalent to surface deflection and maneuver rate, in addition, the springs mounted within the cartridge assembly serves to return the PITCH mechanical controls to a neutral position after inputs and return the sensor output to null. The actuator's bellow assembly is a sealed (welded) unit that cannot be repaired. The bellows assembly contains a piston, a set of bellows, and is filled with liquid moving through a controlled orifice.

Delivery ONE: 13-unit(s) June 2026.

TWO: 10-unit(s) July 2026.

Early delivery is acceptable.

Ship To: Shipping instructions will be provided on the solicitation/orders.

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.

Export Control: No

The AMC is 4/D.

Set-aside: N/A

The Government intends to issue a solicitation on or about14 May 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.

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

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.

Overview

Response Deadline
May 7, 2025, 2:00 p.m. EDT Due in 8 Days
Posted
April 14, 2025, 1:33 p.m. EDT
Set Aside
None
Place of Performance
United States
Source
SAM

Current SBA Size Standard
1250 Employees
Pricing
Likely Fixed Price
Est. Level of Competition
Average
Est. Value Range
Experimental
$379,014 (AI estimate)
Odds of Award
62%
On 4/14/25 Air Force Sustainment Center issued Presolicitation FD20302401363 for New Manufacture of Cylinder Assembly due 5/7/25. The opportunity was issued full & open with NAICS 336413 and PSC 1680.

NATO Stock Number

Details for NSN 1680013502780

Item Name
CYLINDER ASSEMBLY, REACTION
NIIN
013502780
Standard Unit Price (DLA)
$16,478.89
Primary Contact
Name
Amy Gil   Profile
Phone
None

Secondary Contact

Name
Dessie Breslin   Profile
Phone
None

Documents

Posted documents for Presolicitation FD20302401363

Question & Answer

Opportunity Lifecycle

Procurement notices related to Presolicitation FD20302401363

Potential Bidders and Partners

Awardees that have won contracts similar to Presolicitation FD20302401363

Similar Active Opportunities

Open contract opportunities similar to Presolicitation FD20302401363

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
April 14, 2025
Last Updated By
dessie.breslin@us.af.mil
Archive Date
May 22, 2025