Search Contract Opportunities

REMANUFACTURE OF KC-135 HEAT EXCHANGER   4

ID: FA811823R0022 • Type: Solicitation
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

REMANUFACTURE OF KC-135 HEAT EXCHANGER

A 3-YEAR (ONE-YEAR BASIC AND 2 ONE-YEAR OPTION PERIODS) FIRM FIXED PRICE REQUIREMENTS TYPE
CONTRACT IS CONTEMPLATED.

(a) A Pre-Award Survey and/or Initial Production Evaluation (IPE) is required. Details are provided in Appendix A,
paragraphs 1.2 and 1.3 respectively.

(b) The contractor shall furnish all material, plant facilities, labor, parts, equipment, and expertise necessary to
perform the remanufacture required to restore the end item to a like-new condition. The contractor shall also
accomplish ALL necessary packing and preservation and packaging. ALL work shall be completed in accordance
with the requirements specified herein (including attachments hereto) and at the unit price(s) established at the
time of award.

(c) 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 @
405-739-7243.

Applicable Tech Data: If not listed on the approved vendors list in order to receive any technical data related to
this solicitation, send your T.O. request (DD Form 2345 and letter on company letterhead) to the Public Sales
Office (AFLCMC.LZP.PubSales@us.af.mil). The Public Sales Office will track this entire process (Please allow 30
calendar days before requesting status of your request.). The form, including instructions for completing the form,
is available at: https://www.esd.whs.mil/Portals/54/Documents/DD/forms/dd/dd2345.pdf.

In order to receive any technical data related to this acquisition, approved vendors must send an email request to
Bridgette Miles at bridgette.miles@us.af.mil. The request shall include the applicable solicitation number, the
specific data needed (including TO numbers), and a copy of the current, approved DD Form 2345.

The form, including instructions for completing the form, is available
at: https://www.esd.whs.mil/Portals/54/Documents/DD/forms/dd/dd2345.pdf. The Government is not
responsible for incomplete, misdirected, or untimely requests.**

To obtain Drawings, submit your request through the JEDMICS website. JEDMICS homepage:
https://jedmics.af.mil/webjedmics/index.jsp. All off base contractors who need an account will need to complete
the instructions at the following link: https://jedmics.af.mil/webjedmics/splash/training/NEWCTR2875.pdf

(d) 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.
Release of data is subject to applicable data rights.
(e) GOVERNMENT PROPERTY FURNISHED FOR REPAIR (FAR 16.503(c))
Failure of the Government to furnish such items in the amounts or quantities described in the Schedule as
estimated or maximum will not entitle the contractor to any equitable adjustment in price under the
Government Property clause of the contract.

(f) END ITEMS BEYOND REMANUFACTURE
"Reparable End Items" are defined as end items which can be restored to a serviceable condition, in accordance
with applicable requirements. Some units of items listed in Section B may, upon disassembly and/or inspection, be
determined to be beyond the overhaul 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 these limits, shall be
included in the unit price(s) of the listed item(s).

(g) If the contractor estimates that any item is not reparable (i.e. beyond overhaul), the Contractor shall promptly
notify the administrative contracting officer in writing and shall not perform further overhaul on any such items
except at the direction of the administrative contracting officer (ACO). Upon written confirmation from the ACO
that a particular item is not reparable, the contractor shall dispose of the unit in the manner directed by the ACO.

Contractors are cautioned that until a contract is executed, any effort performed in support of the anticipated
effort is performed strictly at their own risk and expense. There is no authorization to begin performance until the
contractor has received a duly authorized contract signed by the Contracting Officer. Also, this request for proposal
is not to be construed to mean that the award of a contract is assured, as the availability of funds, timely
submission of all requested documents, and acceptance by both parties are prerequisite to any contract award.

(h) Condemned units shall not be counted as production.

(i) In the event there are component part(s) with long lead times, the awardee is responsible for securing
necessary parts to meet the Government's required delivery schedule.

(j) In the event that DFARS clause 252.217-7001, Surge Option, is invoked, quantities and prices will be negotiated
at that time. The fill-in data in Clause 252.217-7001 will be TBD until a surge is known and negotiations are
necessary.

(k) Item Unique Identification (IUID) marking is required in accordance with DFARS 252.211-7003. Contractor
determined location and method of marking is acceptable.

(l) Dates listed in clauses 252.216-7006, 52.216-19 and 52.216-21 are based on the estimated award date. These
dates will be revised prior to award based on the actual award date.

(m) Some units of items listed in Section B may, upon disassembly and/or inspection, be determined to be beyond
the remanufacture 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 these limits, shall be included in the unit
price(s) of the listed item(s).

Overview

Response Deadline
July 26, 2023, 4:00 p.m. EDT Past Due
Posted
June 21, 2023, 1:47 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
On 6/21/23 Air Force Sustainment Center issued Solicitation FA811823R0022 for REMANUFACTURE OF KC-135 HEAT EXCHANGER due 7/26/23. The opportunity was issued full & open with NAICS 336413 and PSC 1660.

NATO Stock Number

Details for NSN 1660011401976

Item Name
HEAT EXCHANGER, AIR TO AIR, AIRCRA
NIIN
011401976
Standard Unit Price (DLA)
$32,062.62

Approved Suppliers
Primary Contact
Name
Bridgette Miles   Profile
Phone
None

Secondary Contact

Name
David O'Rourke   Profile
Phone
None

Documents

Posted documents for Solicitation FA811823R0022

Question & Answer

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

Opportunity Lifecycle

Procurement notices related to Solicitation FA811823R0022

IDV Awards

Indefinite delivery vehicles awarded through Solicitation FA811823R0022

Contract Awards

Prime contracts awarded through Solicitation FA811823R0022

Protests

GAO protests filed for Solicitation FA811823R0022

Potential Bidders and Partners

Awardees that have won contracts similar to Solicitation FA811823R0022

Similar Active Opportunities

Open contract opportunities similar to Solicitation FA811823R0022

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
Aug. 10, 2023
Last Updated By
bridgette.miles@us.af.mil
Archive Date
Aug. 10, 2023