A-10 SLATS
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.
THIS IS THE OFFICIAL SOLICITATION FOR A-10 SLATS FA821219R0974 SIOLICITATION EXPIRES 19 JUNE 2019
Qualification Requirements: See FAR Part 52.209-1 Qualification Requirements. The requirements of FAR 9.202(a) apply. Sources must be qualified prior to being considered for award. Interested vendors that have not been previously approved for this acquisition must submit a Source Approval Request (SAR) package to the Source Development Small Business Office. 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. Approved Sources:
OGDEN AIR LOGISTICS CENTER
D-J ENGINEERING INC
THE NORDAM GROUP INC
THE BOEING COMPANY
Any capability statement will need to demonstrate to the government engineer how the source can manufacture/supply A-10 SLATS while maintaining the quality of the part that meets or exceeds the government requirements. 1. THIS SLAT IS UTILIZED ON THE A-10 AIRCRAFT. 2. THIS PART REQUIRES ENGINEERING SOURCE APPROVAL BY THE DESIGN CONTROL ACTIVITY IN ORDER TO MAINTAIN THE QUALITY OF THE PART. THE STRUCTURAL AND FUNCTIONAL INTEGRITY OF THIS ITEM CAN BE AFFECTED BY INDIVIDUAL MANUFACTURERS PROCESSES AND TECHNIQUES. 3. TO ENSURE CONTINUED PRODUCT INTEGRITY OF THE ITEM; PROCUREMENT IS RESTRICTED TO SOURCE(S) LISTED IN THE SUPPLIER.
See attached Qualification Requirements
All responsible sources may submit a bid, proposal, or quotation which shall be considered by the agency.
Award will be made only if the offeror, the product/service, or the manufacturer meets qualification requirements at the time of award in accordance with FAR clause 52.209-1. The solicitation identifies the office where additional information can be obtained concerning qualification requirements and are cited in each individual solicitation.
Duration of Contract Period: TBD
Respondents are to specify whether they are large business, small business, small disadvantaged business, 8(a) concern, women-owned SB, Hubzone SB, Veteran-owned SB, or Service-disabled veteran- owned SB, and whether U.S. or foreign-owned firm.
Payment terms are Net 30 days after government acceptance in Wide Area Workflow (WAWF). All payments are to be paid via the Internet through the Wide Area Workflow (WAWF) system. WAWF may be accessed at https://wawf.eb.mil. WAWF training may be accessed online at http://wawftraining.com. Payment information may be accessed using the DFAS website at https://www.dfas.mil. The purchase order/contract number or invoice will be required to inquire status of payment.
Electronic procedures will be used for the solicitation.
All current and/or future information about this acquisition, i.e. solicitation, attachments, Amendments, Questions and Answers (Q&A's), etc., will be distributed through FBO, therefore, interested parties are responsible for monitoring this site to ensure they have the most-up-to-date information about this acquisition.
All correspondence sent via e-mail shall contain a subject line that reads the synopsis/solicitation number and title of requirement. Note that e-mail filters at Hill AFB are designed to filter e-mails without subject lines or with suspicious subject lines or contents (i.e., .exe or .zip files). Therefore, if this information is not included in the subject line, the e-mail may not get through the e-mail filters. Also, be advised that .zip or .exe files are not allowable attachments and may be deleted by the e-mail filters at Hill AFB. If sending attachments with e-mail, ensure only .PDF, .doc, .docx, or .xls documents are sent. The e-mail filter may delete any other form of attachments.
All offerors wishing to be considered must be currently registered with System for Award Management (SAM) at www.sam.gov.
***EXPORT CONTROL DATA*** This acquisition involves technology that has a military or space application- OFFERORS ARE REQUIRED TO BE "EXPORT CONTROL CERTIFIED" in order to view drawings, Technical Orders, Specifications, etc. for this solicitation. Only DoD Contractors who have a current DD Form 2345 are authorized to have access to applicable drawings/technical orders/specifications.
Line Item: 0001
NSN: 1560010900539FJ SLAT,AIRCRAFT
P/N: 160D713100-5, P/N: 162D713100-1001, Supp. Description: aluminum
Quantity: 72.0000 EA
Line Item: 0001AA
NSN: 1560010900539FJ SLAT,AIRCRAFT
Quantity: 1.0000 EA
Delivery: *260 Calendar Days *ARO Contract
Destn: FB2029,HILL AFB UT 84056-5713,49 ,84056-5713.
Quantity: 1.00
Unit of Issue: EA
Line Item: 0001AB
Data
Description: DATA LINE FOR FA
Quantity: 1.0000 LO
Delivery: IAW DD1423-1 IAW DD1423-1
Quantity: 1.00
Unit of Issue: LO
Line Item: 0001AC
NSN: 1560010900539FJ SLAT,AIRCRAFT
Quantity: 71.0000
Delivery: *360 Calendar Days *ARO Approval of First Article
Destn: FB2029,HILL AFB UT 84056-5713,49 ,84056-5713.
Quantity: 71.00
Unit of Issue: EA
Line Item: 0001AD
NSN: 1560010900539FJ SLAT,AIRCRAFT
Quantity: 72.0000 EA
Delivery: *360 Calendar Days *ARO Contract
Destn: FB2029,HILL AFB UT 84056-5713,49 ,84056-5713.
Quantity: 72.00
Unit of Issue: EA