A-10 Trailing Edge Parts (4 NSNs) 5 YR IDIQ

SOL #: FA8212-22-R-0024Sources Sought

Overview

Buyer

DEPT OF DEFENSE
Dept Of The Air Force
FA8212 AFSC OLH PZABA
HILL AFB, UT, 84056, United States

Place of Performance

Place of performance not available

NAICS

Other Aircraft Parts and Auxiliary Equipment Manufacturing (336413)

PSC

Airframe Structural Components (1560)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)

Timeline

1
Posted
Mar 30, 2022
2
Last Updated
Aug 2, 2022
3
Response Deadline
Apr 15, 2022, 10:00 PM

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;   

  1. Firm’s name, CAGE code, and DUNS number, and Government point of contact
  2. Business type (large or type of small) for proposed or recommended NAICS Code
  3. Recommended NAICS Code
  4. Are you a manufacturer or authorized distributor for this requirement or subparts?
  5. Have you manufactured same or similar parts to include to commercial customers?  If so, please provide evidence of with point of contact(s).
  6. 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). 
  7. Is there a different National Stock Number (NSN) or suitable part number?
  8. Is there an existing contract vehicle the USAF can order the parts from? Is there a DLA contract or GSA Schedule for the parts?
  9. What other acquisition strategy and contract type do you recommend and how will this provide the Government the best value?
  10. 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?).
  11. 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.    

        

People

Points of Contact

Files

Files

No files attached to this opportunity

Versions

Version 8
Award Notice
Posted: Aug 2, 2022
View
Version 7
Solicitation
Posted: Jun 24, 2022
View
Version 6
Pre-Solicitation
Posted: May 31, 2022
View
Version 5
Pre-Solicitation
Posted: May 11, 2022
View
Version 4
Pre-Solicitation
Posted: May 11, 2022
View
Version 3
Pre-Solicitation
Posted: May 11, 2022
View
Version 2
Pre-Solicitation
Posted: May 11, 2022
View
Version 1Viewing
Sources Sought
Posted: Mar 30, 2022