Search Contract Opportunities

T700 ANTI ICING START BLEED VALVE   3

ID: W58RGZ-20-R-0096 • 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?
Does this contract have any security clearance requirements?
I'd like to anonymously submit a question to the procurement officer(s)
Loading

Description

Posted: Oct. 27, 2020, 5:25 p.m. EDT

Amendment 0001: Is issued to extend solicitation close date from 2 Nov 20 to 17 Nov 20. No further extensions will be granted.

The Contractor shall furnish all services, facilities, labor, parts, materials, equipment, tools and data (other than Government Furnished Property), necessary to accomplish the inspection and overhaul of the following assets:

Weapon System: T700

Noun: Anti Icing Bleed Valve

Input / Output NSN: 2995-01-294-9867

Input / Output P/N: 4046T28G14

ESTIMATED QUABTITY RANGE: Min Quantity: 750 each, Max Quantity: 4740 each (Maximum includes a Foreign Military Sales (FMS) Quantity of 790 each)

The proposed contractual action will be a Five (5) year, Firm-Fixed-Price (FFP).

Indefinite Delivery Indefinite Quantity (IDIQ) Maintenance and Overhaul type contract, with minimum /maximum quantities listed above.

This overhaul/upgrade requirement will be accomplished IAW DMWR 55-2995-231, Revision Date 15 May 1983, Change #:4 and applicable Maintenance Engineering Order (MEOs), DMWR and MEOs shall be request. Contractor shall have an approved DD2345, see solicitation for instructions. The UH-60 Main Rotor Blade is a Critical Safety Item. Pursuant to the provisions of Public Law No. 108-136, National Defense Authorization Act Fiscal Year 2004, Section 802, Quality Control in Procurement of Aviation Critical Safety Items and Related Services, as implemented for acquisition by Department of Defense Acquisition Regulation Supplement (DFARS 209-270), contracts for modification, repair, or overhaul/upgrade of CSI items can only be awarded to the following approved sources for this effort: TAT Technologies, 2 Neta Blvd, Re'em Industry Park, BNEI AYISH, 006086000, Israel (Cage Code 1523A); AeroKool Aviation Corporation, 1495 SE 10th Ave, Hialeah, FL 33010-5916, (Cage Code 1A821); Vacco IndustriesInc. El Segundo Products Div, 10350 Vacc0 Street, South El Monte, CA 91733-3316, (Cage Code 1PVC5); AAR Aircraft Component Services, 747 Zeckendorf Blvd, Garden City, NY 11530-2110, (Cage Code 3Y015); Overhaul Support Services, LLC, 5 Connecticut South Drive, East Granby, CT 06026-9738, (Cage Code 52VE4); General Electric Company, 1000 western Ave, Lynn, MA 01905-2655, (Cage Code 99207) are the only known sources possessing the technical data in its entirety required to accomplish the overhaul/upgrade effort. Both a Product Verification Audit (PVA) and M&O CSI Quality Systems Requirement (QE-STD- 2) are required for the overhaul/upgrade. Contractors are encouraged to seek Source Approval.

Requests (SAR) in order to become an approve source by submitting documentation in accordance with the procedures are outlined at the following website:

https://www.avmc.army.mil/Directorates/SRD/SAR/ and looking under Standard Aviation and Missile Source Approval Request (SAMSAR).

All responsible sources may submit an offer which shall be considered by the

Agency. Offers shall be submitted in accordance with FAR Clause 52.215-1.

Electronic submissions for proposals are authorized and is the preferred method of submission. Proposals should be emailed to james.k.mosley2.civ@mail.mil and lindy.l.pinchon.civ@mail.mil. Due to the COVID-19 Pandemic, the Government cannot currently accept hard copies of proposals delivered by mail or hand. No fax responses shall be accepted for the initial proposal. This requirement is currently unfunded. Award will be withheld pending receipt of sufficient funds. The closing date annotated is an estimate date and may be adjusted dependent upon the date of release of the solicitation; however, the solicitation will not close prior to the closing date stated above.

Posted: Sept. 30, 2020, 2:03 p.m. EDT

Overview

Response Deadline
Nov. 17, 2020, 6:00 p.m. EST (original: Nov. 2, 2020, 5:00 p.m. EST) Past Due
Posted
Sept. 30, 2020, 2:03 p.m. EDT (updated: Oct. 27, 2020, 5:25 p.m. EDT)
Set Aside
None
Place of Performance
Redstone Arsenal, AL 35898 United States
Source

Current SBA Size Standard
1500 Employees
Pricing
Fixed Price
Est. Level of Competition
Average
Vehicle Type
Indefinite Delivery Contract
On 9/30/20 ACC Redstone issued Solicitation W58RGZ-20-R-0096 for T700 ANTI ICING START BLEED VALVE due 11/17/20. The opportunity was issued full & open with NAICS 336412 and PSC 2995.
Primary Contact
Title
PROCUREMENT SPECIALIST
Name
James K. Mosley   Profile
Phone
(256) 842-1553

Secondary Contact

Title
None
Name
Lindy L. Pinchon   Profile
Phone
(256) 955-9304

Documents

Posted documents for Solicitation W58RGZ-20-R-0096

Question & Answer

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

Opportunity Lifecycle

Procurement notices related to Solicitation W58RGZ-20-R-0096

IDV Awards

Indefinite delivery vehicles awarded through Solicitation W58RGZ-20-R-0096

Incumbent or Similar Awards

Potential Bidders and Partners

Awardees that have won contracts similar to Solicitation W58RGZ-20-R-0096

Similar Active Opportunities

Open contract opportunities similar to Solicitation W58RGZ-20-R-0096

Additional Details

Source Agency Hierarchy
DEPT OF DEFENSE > DEPT OF THE ARMY > AMC > ACC > ACC-CTRS > ACC RSA
FPDS Organization Code
2100-W58RGZ
Source Organization Code
500045573
Last Updated
Dec. 2, 2020
Last Updated By
PI33_DR_IAE_51681
Archive Date
Dec. 2, 2020