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

SOL #: FA8212-22-R-0024Pre-Solicitation

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
Jun 28, 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.

1. This is a pre-solicitation synopsis in accordance with FAR 5.201. This is not a Request for Proposal or Quote (RFP/RFQ) or an Invitation For Bid (IFB), nor is it construed as a commitment by the Government.  The synopsis is prepared for the purpose of notifying potential offerors of an upcoming solicitation. 

2. REQUIREMENT A-10 SPARES: A-10 TRAILING EDGE PARTS

  1. CLIN 0001 PN: 160D612512-2 NSN: 1560-01-126-3144FJ, A-10 Trailing Edge (1EA FA + 51EA Production Articles)
  2. CLIN 0002 PN: 160D612512-1 NSN: 1560-01-128-7534FJ, A-10 Trailing Edge (1EA FA + 29EA Production Articles)
  3. CLIN 0003 PN: 160D611512-2 NSN: 1560-01-134-4422FJ, Support, Structural (1EA FA + 89EA Production Articles)
  4. CLIN 0004 PN: 160D611512-1 NSN: 1560-01-173-6001FJ, Support, Structural (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 Spares – One-Time Buy..    

6. Acquistion Threshold and Scope: Per the Independent Government Estimate (IGE) the total estimated acquisition value is less than $10M threshold.  The Government does not have the authority nor clearance to exceed this acquisition scope. 

7. Projected Acquistion Schedule: Post Synopsis WED 11MAY2022 – THUR 26MAY2022; Post formal RFP FRI 27MAY2022 – TUE 28JUN2022; Award within 40 days after RFP close-out date or MON 8AUG2022.

8. Export controlled data available only to DoD contractors that are potential offerors.  Foreign participation is not permitted. 

9. 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. 

10.  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: 1560-01-263-3144FJ (IMAGE COUNT 79); 1560-01-128-7534FJ (IMAGE COUNT 79); 1560-01-134-4422FJ (IMAGE COUNT 161);  1560-01-173-3600FJ (IMAGE COUNT 148)

PR#: FD2020-22-00175

LOCATION:  SAM.GOV

11.  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 the spares are subject to qualification requirements per FAR 17.7, 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; however, only a qualified responsible manufacturer may receive the award per FAR 9.2, Qualification Requirements, and FAR 9.1, Responsible Prospective Contractor.  New sources may submit a Source Approval Request (SAR) per the attached Source Qualification Statement Spares (SQSS).   If the offeror is not a qualified manufacturer at the time of bidding and has not submitted a SAR yet, the bid must include a complete SAR package in order to be accepted as a complete bid and be considered for award.  Please note, the Govt intends to award as soon as possible, within 30 days after the RFP closed and the Govt has up to contract award to qualify new sources; however, contract award shall not be delayed to qualify new sources per FAR 9.202 (e).  The Contracting Officer need not refer challenges to the qualification requirements to the Small Business Administration (SBA) per FAR 9.202(d). 

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 6Viewing
Pre-Solicitation
Posted: May 31, 2022
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 1
Sources Sought
Posted: Mar 30, 2022
View