The United States Air Force through Air Force Sustainment Center (AFSC), Tinker AFB 73145 is contemplating the Overhaul of Electro-Mechanical Actuator. The contractor shall provide all labor, facilities, equipment and all material to accomplish overhaul. The overhaul of the E-3 Electro-Mechanical Actuator shall meet all requirements defined by the Performance Work Statement. This item has qualification requirements which a prospective vendor must satisfy. A firm fixed price, 3-year IDIQ type contract is contemplated.
The requirements set forth in this notice are defined per Purchase Request FD20302500266 as follows:
Written response is required.
Item 0001: Tear Down, Test & Evaluation 1680-01-008-8834, PN 757050-1
Min/1
Max/16
Item 0002: Minor Overhaul
Min/1
Max/16
Item 003: Major Overhaul
Min/1
Max/16
Item 0004 - Over and Above: To Be Negotiated (TBN)
Item 0005 - Data: Not Separately Priced (NSP)
Function: Used to open and close ram air door.
Dimensions: 5.94” h x 4.40” w x 12.99” l and weighs 9.00 lbs. Material: Steel and aluminum.
Delivery: Deliver 2 ea. every 30 days ARO. Early delivery is acceptable
Ship To: SW3211
Duration of Contract Period: 3-yr ID/IQ.
Qualification Requirements: 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 at 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.
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 approved sources.
In order to receive any technical data related to this acquisition, offerors must send an email request to [email protected]. Release of any data is subject to applicable data rights. The request shall be on company letterhead and include the applicable solicitation number, the specific data needed (including TO and/or drawing numbers), 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.**
Some units of items listed in Section B may, upon disassembly and/or inspection, be determined to be beyond repairable 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 repairable limits, shall be included in the unit price(s) of the listed item(s). Condemned units will not be counted as production
Export Control: N/A
This is a competitive requirement to approved Small Businesses.
Set-aside: Set-Aside to approved Small Business
NAICS: 336413
PSC/FSC: 1680
The Government intends to issue solicitation on or about 15 July 2025 with a closing response date on or about 2 Sep 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.
APPLICABLE TECHNICAL ORDERS
Specific Technical Orders
PART NUMBER REMANUFACTURE MANUAL/TO NUMBER TITLE/REVISION AND/OR OTHER DIRECTIVES
(AFTO FORM 252)
757050-1 8A1-36-6-3 Component Maintenance Manual, Ram Air Actuator Assembly
757050-1 8A1-36-6-3G Technical Order
General Technical Orders
TO NUMBER DATE TITLE
00-5-1 25 JAN 2021 AF TECHNICAL ORDER SYSTEM
00-5-3 11 AUG 2021 AF TECHNICAL ORDER LIFE CYCLE MANAGEMENT
00-35D-54 15 APR 2021 USAF DEFICIENCY REPORTING, INVESTIGATION AND RESOLUTION
OTHER PUBLICATIONS FOR INFORMATION PURPOSES ONLY
NOTE: These publications are for information purposes only.
Air Force Manuals
DOCUMENT NUMBER DATE TITLE
AFI 23-101 12 OCT 2020 AIR FORCE MATERIAL MANAGEMENT
AFMAN 23-122 26 OCT 2020 MATERIAL MANAGEMENT PROCEDURES
DoD/Air Force Forms
FORM NUMBER TITLE
SF 364 REPORT OF DISCREPANCY
SF 368 PRODUCT QUALITY DEFICIENCY REPORT
DD250 MATERIAL INSPECTION AND RECEIVING REPORT
DD1348-1A ISSUE RELEASE/RECEIPT DOCUMENT
DD1574 SERVICEABLE TAG – MATERIAL
DD1574-1 SERVICEABLE LABEL – MATERIAL
DD1577-2 UNSERVICEABLE (REPAIRABLE) TAG – MATERIAL
DD1577-3 UNSERVICEABLE (REPAIRABLE) LABEL – MATERIAL
DD1577 UNSERVICEABLE (CONDEMNED) TAG – MATERIAL
DD1577-1 UNSERVICEABLE (CONDEMNED) LABEL – MATERIAL
DD1575 SUSPENDED TAG – MATERIAL
DD1575-1 SUSPENDED LABEL – MATERIAL
DD1694 REQUEST FOR VARIANCE (RFV)
AFMC FORM 158 PACKAGING REQUIREMENTS
CONTRACTOR DOCUMENTS
PART NUMBER DRAWING NUMBER TITLE AND DATE
N/A N/A N/A
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. No telephone requests. Only written or emailed requests received directly from the requestor are acceptable.
Point of Contact: Nonika Allen, Contract Specialist, [email protected]
Morgan McGarity, Contracting Officer, [email protected]