A-10 SKIN PN: 160D611502-8 NSN: 1560-01-124-4882FJ
Overview
Buyer
Place of Performance
NAICS
PSC
Set Aside
Original Source
Timeline
Qualification Details
Fit reasons
- NAICS alignment with historical contract wins in similar service areas.
- Scope strongly matches core technical capabilities and delivery model.
Risks
- Past performance thresholds may require one additional teaming partner.
- Potential clarification needed on staffing minimums before bid/no-bid.
Next steps
Validate eligibility requirements, assign capture owner, and schedule partner outreach to confirm teaming strategy before submission planning.
**2MAY2022: Due to inadequate competition the RFP has been re-opened and extended via Amendment 0002 to TUESDAY 24MAY2022 @ 4PM MST.
This is a formal solicitation or a Request For Proposal (RFP). The RFP is in accordance with Federal contract law.
Requirement: PN: 160D611502-8 NSN: 1560-01-124-4882FJ (MIN Qty 78 EA (includes first article)/ MAX Qty 228EA). Higher level contract quality certification required. Potential offerors must submit AS9100 certification or higher with the bid and with the Source Approval Request (SAR), if not a qualified manufacturer.
Acquisition Type: Full & Open Competition to Qualified Manufacturers – Total Small Business Set-Aside.
Contract Type: FFP Single-Award IDIQ with a five year ordering period
Acquistion Threshold and Scope: Per the Independent Government Estimate (IGE) the total estimated acquisition value is less than $5M threshold and thus, the Government does not have the authority and clearance to exceed this acquisition scope. Foreign participation is NOT permitted at the prime contractor level.
Acquistion Schedule UPDATE: Post Synopsis 2-16 MAR2022; post RFP 17MAR2022- WED 1JUN2022; Award within 30 days after RFP close-out date or by 30JUN2022.
Technical Data Package (TDP) Access: Offers shall be IAW the current TDP. The TDP is attached to the RFP SECTION J via RFP Amendment 0001. Technical data is export controlled and thus, the potential offeror must request access. In order for the PCO approve the request the potential offeror must provide in their request their CAGE code so the PCO can verify the firm has an active DD2345, Military Technical Data Agreement. After submitting the access request the offeror must e-mail the PCO at leslie.evans.1@us.af.mil so the PCO can approve the access request. Once the technical data is downloaded please let the PCO know if there are any technical data missing to meet the requirement and deliver serviceable assets.
Acquisition Subject to Qualification Requirement. Replenishment parts must be acquired so as to ensure the safe, dependable, and effective operation of the military aircraft, the A-10s, and thus military aircraft parts are subject to qualification requirements per FAR 17.7, Acquisition of Replenishment Parts and FAR 9.2, Qualification Requirements. Potential offerors must be qualified manufacturer(s) to bid. Potential offerors may submit a Source Approval Request (SAR) per the attached Source Qualification Statement Spares (SQSS). All responsible qualified manufacturers may submit a bid, proposal, or quotation which shall be considered by the agency. As prescribed in FAR 9.202 (e) and (d), 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 nor refer challenges to the qualification requirements to the small business administration.
CLIN 0001: MIN QTY 78EA
CLIN 0001 PN: 160D611502-8 NSN: 1560-01-124-4882FJ
CLIN 0001AA Production Articles 77EA
CLIN 0001AB First Article 1EA
CLIN 0002: ADDITIONAL QTY 150EA (MAX QTY)
Contractor shall state minimum qty per order (if applicable, if not applicable "N/A") Min Qty____. Unit price sheet for each out years (after FA acceptance, if required): Yr 1 (FY2023) $____; Yr 2 (FY2024) $____; Yr 3 (FY2025) $_____; Yr 4 (FY2026) $_____
CLIN 0003 FATR CDRL (NSP)