A-10 Trailing Edge Parts (4 NSNs) ONE-TIME BUY
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.
1. This is a formal solicitation or a Request For Proposal (RFP). The RFP is in accordance with Federal contract law.
2. IAW 5.207(c )(16), Synopsis Description, All responsible sources may submit a bid, proposal, or quotation which shall be considered by the agency and must be technically qualified for award (FAR 9.202).
2. REQUIREMENT A-10 REPLENISHMENT SPARES: A-10 TRAILING EDGE PARTS
- CLIN 0001 PN: 160D612512-2 NSN: 1560-01-126-3144FJ, A-10 Trailing Edge Assembly (1EA FA + 51EA Production Articles)
- CLIN 0002 PN: 160D612512-1 NSN: 1560-01-128-7534FJ, A-10 Trailing Edge Wedge Assembly (1EA FA + 29EA Production Articles)
- CLIN 0003 PN: 160D611512-2 NSN: 1560-01-134-4422FJ, A-10 Trailing Edge Wedge, Inboard Support, Structural (1EA FA + 89EA Production Articles)
- CLIN 0004 PN: 160D611512-1 NSN: 1560-01-173-6001FJ, A-10 Trailing Edge Wedge, Outboard (1EA FA + 83EA Production Articles)
3. 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.
4. Acquisition Type: Full & Open Competition to Qualified Manufacturers – Total Small Business Set-Aside.
5. Contract Type: FFP Production Contract – One-Time Buy.
6. Projected Acquistion Schedule: Posted Synopsis WED 11MAY2022 – THUR 23JUN2022; Posted RFP FRI 24JUN2022 – MON 25JUL2022; Award within 60 days after RFP close-out date.
7. Acquisition Subject to Qualification Requirement IAW FAR 9.2. Per DFARS 217.7502(b)(2) “Replenishment parts must be acquired so as to ensure the safe, dependable, and effective operation of the equipment”, A-10s, and thus the spares are subject to qualification requirements per FAR 17.7 and DFARS 217.7, Acquisition of Replenishment Parts and FAR 9.2, Qualification Requirements. All responsible sources may submit a bid, proposal, or quotation which shall be considered by the agency IAW 5.207. Thus, potential offerors do not need to be technically qualified to submit an offeror however, they must submit a complete Source Approval Request (SAR) package with their bid, and have until contract award to be qualified per FAR 9.202 Policy. The SAR packages must be IAW the Source Qualification Statement Spares (SQSS) and Air Force Material Command Instruction (AFMCI) 23-113, Pre-Award Qualification of New or Additional Parts Sources and the Use of the Source Approval Request (SAR), 31 March 2020.
Reference 1, DFARS 217.7502(b)(2);
“Replenishment parts must be acquired so as to ensure the safe, dependable, and effective operation of the equipment. Where this assurance is not possible with new sources, competition may be limited to the original manufacturer of the equipment or other sources that have previously manufactured or furnished the parts as long as the action is justified.”
Reference 2, FAR 9.202;
“(c) If a qualification requirement applies, the contracting officer need consider only those offers identified as meeting the requirement or included on the applicable QPL, QML, or QBL, unless an offeror can satisfactorily demonstrate to the contracting officer that it or its product or its subcontractor or its product can meet the standards established for qualification before the date specified for award.”
9. Export controlled data available only to DoD contractors that are potential offerors. Foreign participation is not permitted.
10. TDP. Offers shall be IAW the current TDP. The qualified manufacturer shall build and deliver on-time serviceable quality A-10 parts to the USAF. To meet the requirement the qualified manufacturer is responsible for reviewing the entire TDP before bidding on the requirement and identifying any discrepancies in the TDP in reasonable time to resolve it and bid on-time.
11. TDP Access: The PCO is the point of contact for TDP access. The current TDP is attached to SECTION J of the RFP/IDIQ. The zip files must be downloaded from SAM.gov or a CD may be mailed to the requester. To download the zip files from SAM.gov search for the RFP# FA8212-22-R-0018 and e-mail the PCO to approve access request to the controlled files. The request must be for official business. DoD contractors must provide their CAGE code and that they are interested in bidding on the requirement before the PCO can approve the access request. If the requester needs the TDP on a CD please e-mail the PCO with the request with a mailing address. It takes about a week to receive the CD. The PCO is leslie.evans.1@us.af.mil for pre-award and for post-award, the assigned PCO.
SUBJECT: Data Package (Bid Sets)
NSN
PR
IMAGE COUNT
LOCATION
1560-01-263-3144FJ
FD2020-22-00175
79
SAM.GOV
1560-01-128-7534FJ
79
SAM.GOV
1560-01-134-4422FJ
161
SAM.GOV
1560-01-173-3600FJ
148
SAM.GOV