A-10 Trailing Edge Parts (4 NSNs) 5 YR IDIQ
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.
SOURCES SOUGHT SYNOPSIS/ REQUEST FOR INFORMATION
REFERENCE SOLICITATION # FA8212-22-R-0024
1. NOTICE: This is not a solicitation but rather, for planning purposes, a Sources Sought Synopsis (SSS) to seek qualified small business manufacturers and a Request For Information (RFI) to determine if availability of raw materials is preventing fair and reasonable prices for the out years on a five year IDIQ.
2. ACQUISITION TYPE: Full & Open Competition to Qualified Manufacturers – Total Small Business Set-Aside.
3. PROPOSED CONTRACT TYPE: FFP Production Contract – Single-Award 5 YR IDIQ
4. REQUIREMENT DESCRIPTION:
FSC: 1560 - Airframe Structural Components
NAICS Code: 336413 - Other Aircraft Part and Auxiliary Equipment Manufacturing
Small Business Size Standard: 1,250 Employees
Commercial: NO
Critical Safety Item: NO
Higher Level Quality Required: YES ISO 9001: 2000
Design Authority: USAF – OGDEN AIR LOGISTICS CENTER (98747)
MIN QTY 256EA
CLIN 0001 PN: 160D612512-2 NSN: 1560-01-126-3144FJ, RH Outboard Trailing Edge Wedge
CLIN 0001AA Production Articles, 51EA
CLIN 0001AB First Article, 1EA
CLIN 0002 PN: 160D612512-1 NSN: 1560-01-128-7534FJ, LH Outboard Trailing Edge Wedge
CLIN 0002AA Production Articles, 29EA
CLIN 0002AB First Article, 1EA
CLIN 0003 PN: 160D611512-2 NSN: 1560-01-134-4422FJ, RH Inboard Trailing Edge Wedge
CLIN 0003AA Production Articles, 89EA
CLIN 0003AB First Article, 1EA
CLIN 0004 PN: 160D611512-1 NSN: 1560-01-173-6001FJ, LH Inboard Trailing Edge Wedge
CLIN 0004AA Production Articles, 83EA
CLIN 0004AB First Article, 1EA
MAX OPTIONAL QTY PRODUCTION ARTICLES Best Est. Qty (BEQ)
CLIN 0010 PN: 160D612512-2 NSN: 1560-01-126-3144FJ, A-10 Trailing Edge, 40EA,
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 0011 PN: 160D612512-1 NSN: 1560-01-128-7534FJ, A-10 Trailing Edge, 40EA
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 0012 PN: 160D611512-2 NSN: 1560-01-134-4422FJ, Support, Structural, 40EA
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 0013 PN: 160D611512-1 NSN: 1560-01-173-6001FJ, Support, Structural, 40EA
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 0009 FATR CDRL NSP
CLIN 0009AA PN: 160D612512-2 NSN: 1560-01-126-3144FJ, A-10 Trailing Edge
CLIN 0009AB PN: 160D612512-1 NSN: 1560-01-128-7534FJ, A-10 Trailing Edge
CLIN 0009AC PN: 160D611512-2 NSN: 1560-01-134-4422FJ, Support, Structural
CLIN 0009AD PN: 160D611512-1 NSN: 1560-01-173-6001FJ, Support, Structural
5. RESPONSES: Manufacturers must be pre-qualified to bid on the requirement. If interested, please submit a Source Approval Request (SAR) IAW the Source Qualification Statement Spares (SQSS) that is also posted with the notice in reasonable time to allow the Government to process the SAR and bid on-time. Please submit with the SAR a copy of the higher level quality requirement certification. The SSS/RFI will be posted from 30MAR2022 – 15APR2022 @4PM MST. Responses are due by the last date and time to the Contracting Officer, Leslie Evans, via e-mail at leslie.evans.1@us.af.mil. Please provide the following information in the response;
- Firm’s name, CAGE code, and DUNS number, and Government point of contact
- Business type (large or type of small) for proposed or recommended NAICS Code
- Recommended NAICS Code
- Are you a manufacturer or authorized distributor for this requirement or subparts?
- Have you manufactured same or similar parts to include to commercial customers? If so, please provide evidence of with point of contact(s).
- Provide any anticipated teaming arrangements. Any responses involving teaming arrangements should delineate between the work that will be accomplished by the prime and the teaming partner(s).
- Is there a different National Stock Number (NSN) or suitable part number?
- Is there an existing contract vehicle the USAF can order the parts from? Is there a DLA contract or GSA Schedule for the parts?
- What other acquisition strategy and contract type do you recommend and how will this provide the Government the best value?
- Please provide the requested information so the Government can determine if availability of raw materials (please specify part number/ type) is preventing fair and reasonable prices for the out years, why with supporting data, and how many out years is recommended (three years, four years, or five year IDIQ?).
- Discuss any concerns that may prevent receiving fair and reasonable pricing for the out –years.
6. Technical Data Package (TDP) Access: Offers shall be IAW the current TDP. The TDP is linked to the notice. To access the TDP contractors must have a registered role as “Opportunities Administrator” in SAM.gov. If the TDP is not linked to the notice login and search for the Purchase Request (PR) number (FD2020-22-00175) and select “Request Access”. The PCO does not receive notifications always. Please e-mail the PCO so he/she can approve the request. The firm’s CAGE code must be provided so the PCO can verify the DD Form 2345, Military Critical Technical Data Agreement, is active before approving the access.