Search Contract Opportunities

Remanufacture of PBG Oxygen Regulator Field Tester   2

ID: FA8118-23-R-0035 • Type: Solicitation • Match:  90%
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

A 5-YEAR FIRM FIXED PRICE INDEFINITE DELIVERY INDEFINITE QUANTITY (IDIQ) 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.
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.

(d) In order to receive any technical data related to this acquisition, offerors must send an email request to John
Freeman at John.Freeman.16@us.af.mil. Release of any data is subject to applicable data rights. The request
shall include the applicable solicitation number, the specific data needed (including TO(s)), 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.**

In order to receive drawings contractors will need to request all needed drawings through the JEDMICS website:
https://jedmics.af.mil/webjedmics/index.jsp. Contractors who need an account will need to complete the instructions
at the following link: https://jedmics.af.mil/webjedmics/splash/training/NEWCTR2875.pdf

(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) All quantities specified herein represent the total contract quantities for all five years combined. The ordering
period for each line item shall extend from the contractual effective data to five years thereafter or until the maximum
quantity for each line item is reached, whichever comes first. The minimum and maximum quantities for each line
item are as follows:

Line Item 0001 NSN: 4920-01-696-6577 Minimum Quantity: 10 each Maximum Quantity: 50 each
Line Item 1001 NSN: 4920-01-696-6577 Minimum Quantity: 10 each Maximum Quantity: 50 each
Line Item 2001 NSN: 4920-01-696-6577 Minimum Quantity: 10 each Maximum Quantity: 50 each
Line Item 3001 NSN: 4920-01-696-6577 Minimum Quantity: 10 each Maximum Quantity: 50 each
Line Item 4001 NSN: 4920-01-696-6577 Minimum Quantity: 10 each Maximum Quantity: 50 each

(m) This Solicitation contemplates award of a Five-year Indefinite Delivery Indefinite Quantity (IDIQ) Type Contract.
Reference Clauses 52.216-19 Delivery-Order Limitations, 52.216-22 Indefinite Quantity and 252.216-7006
Ordering.

(n) 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
Sept. 25, 2023, 4:00 p.m. EDT Past Due
Posted
Aug. 24, 2023, 3:05 p.m. EDT
Set Aside
None
Place of Performance
Not Provided
Source

Current SBA Size Standard
1250 Employees
Pricing
Fixed Price
Est. Level of Competition
Average
Vehicle Type
Indefinite Delivery Contract
On 8/24/23 Air Force Sustainment Center issued Solicitation FA8118-23-R-0035 for Remanufacture of PBG Oxygen Regulator Field Tester due 9/25/23. The opportunity was issued full & open with NAICS 336413 and PSC 4920.

NATO Stock Number

Details for NSN 4920016966577

Item Name
TEST STAND, DEMAND OXYGEN REGULAT
NIIN
016966577
Standard Unit Price (DLA)
$508.36

Approved Suppliers
Primary Contact
Name
JOHN FREEMAN   Profile
Phone
(405) 739-7770

Secondary Contact

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

Documents

Posted documents for Solicitation FA8118-23-R-0035

Question & Answer

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

Opportunity Lifecycle

Procurement notices related to Solicitation FA8118-23-R-0035

IDV Awards

Indefinite delivery vehicles awarded through Solicitation FA8118-23-R-0035

Potential Bidders and Partners

Awardees that have won contracts similar to Solicitation FA8118-23-R-0035

Similar Active Opportunities

Open contract opportunities similar to Solicitation FA8118-23-R-0035

Experts for Remanufacture of PBG Oxygen Regulator Field Tester

Recommended experts avaliable for hire

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. 10, 2023
Last Updated By
john.freeman.16@us.af.mil
Archive Date
Oct. 10, 2023