F-22 Tier 2 Parts Racks & Horizontal Stabilator Dollies
ID: FA822424Q0020Type: Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE AIR FORCEFA8224 OL H PZI PZIMHILL AFB, UT, 84056-5805, USA

NAICS

Other Aircraft Parts and Auxiliary Equipment Manufacturing (336413)

PSC

AIRCRAFT MAINTENANCE AND REPAIR SHOP SPECIALIZED EQUIPMENT (4920)

Set Aside

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

    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for the procurement of five Tier 2 Parts Racks and four Horizontal Stabilator Dollies for the F-22 aircraft, aimed at enhancing maintenance operations within the 309th Aircraft Maintenance Group. The contract will be awarded based on the Lowest Price Technically Acceptable (LPTA) approach, with a firm fixed price structure, emphasizing compliance with federal regulations and quality standards. These specialized racks and dollies are critical for preventing damage to aircraft coatings during maintenance and facilitating the transport of Horizontal Stabilator units. Interested parties must submit their proposals by the specified deadlines, and for further inquiries, they can contact Jason Neering at jason.neering@us.af.mil or Angie Poll at angela.poll@us.af.mil. The initial prototype is due within 150 days of contract award, and the solicitation documents, including updated drawings and specifications, are available for review.

    Files
    Title
    Posted
    This document outlines the proposal instructions for the acquisition of Tier 2 Parts Racks and Horizontal Stabilator Dollies following the Lowest Price Technically Acceptable (LPTA) approach under Federal Acquisition Regulation (FAR) 13.5. It specifies the format for submission in three volumes: Volume I (Price), Volume II (Technical), and Volume III (Contract Documentation), with a clear emphasis on compliance with solicitation requirements and submission deadlines. Offerors are advised to present their best proposals since the government reserves rights to award without discussions. Evaluation criteria focus on pricing completeness, reasonableness, balance, and the Total Evaluated Price (TEP), and technical submissions must demonstrate specific methodologies to meet requirements outlined in the Statement of Work (SOW). Key technical elements include the contractor's experience, task accomplishment reports, and delivery timelines. To enhance evaluation clarity, proposals must adhere to defined page limits and structures, and all pricing must be provided solely in Volume I. The document emphasizes the importance of thorough assessments to demonstrate compliance with quality standards and financial capability. The detailed instructions ensure that offerors understand the importance of a comprehensive, coherent proposal for successful contract bidding.
    The document outlines the evaluation criteria for the procurement of Tier 2 Parts Racks and Horizontal Stabilator Dollies using a Lowest Price Technically Acceptable (LPTA) approach as per federal regulations. The government intends to award one contract but reserves the right to withhold contracts if it's in its best interest. Offers will be assessed based on two main factors: price and technical merit, with detailed sub-factors including experience, task accomplishment reports, and the expected timeline for project completion. Initial evaluations will rank proposals by price, followed by a technical review of the lowest-priced compliant offeror. Technical evaluations will ensure proposals meet stipulated requirements without giving extra credit for exceeding them. Key aspects of the pricing evaluation include completeness, reasonableness, balance, and total evaluated price (TEP). The technical component focuses on demonstrating expertise and timely delivery, with proposals rated acceptable or unacceptable. Offerors are advised to submit their best proposal initially, as the government aims to award without discussions, ensuring all solicitation requirements are met. This approach reflects the government’s emphasis on efficiency, cost-effectiveness, and the importance of complying with specified criteria in federal procurement processes.
    The Statement of Work (SOW) outlines the requirements for the manufacture of F-22 Tier 2 Parts Racks and Horizontal Stabilator Dollies for the 309th Aircraft Maintenance Group. The contractor is tasked with producing five Tier 2 racks and four HS dollies, focusing on designs that prevent damage to aircraft surfaces. The SOW stipulates a prototyping phase for the racks, ensuring adjustments can be made post-delivery. The delivery of the first rack is expected within 150 days of contract award, followed by additional racks and dollies. Each product comes with a one-year warranty and requires successful quality audits before government acceptance. Furthermore, the document specifies shipping details, access regulations for the contractor at Hill AFB, and necessary documentation for compliance with federal standards. The overall objective is to provide innovative and functional storage and transport solutions for F-22 maintenance while ensuring high-quality standards and timely delivery. This SOW serves as a comprehensive guide for the contractor, detailing responsibilities and expectations in line with federal procurement processes.
    The Women-Owned Small Business (WOSB) solicitation outlines a contract for commercial products and services specifically for the procurement of F-22 fighter jet parts and related equipment. The main delivery requirements include a prototype Tier 2 Rack and Horizontal Stabilator Dollies, with specific delivery timelines stipulated (e.g., the prototype is due within 150 days of contract award). The solicitation emphasizes the necessity for compliance with various federal acquisition regulations and includes clauses regarding payment, inspection, and acceptance processes. Relevant attachments include design drawings and detailed evaluation factors for award, establishing clear guidelines and expectations for potential offerors. Bidders must complete specific blocks in the contract, and their offers must detail pricing arrangements and quantities. The document underscores the importance of engaging women-owned and economically disadvantaged businesses in government contracts, supporting wider inclusion in federal procurement processes. This solicitation exemplifies government efforts to foster diversity while ensuring effective procurement of essential military resources, increasing competitiveness within the contracting environment.
    This document serves as an amendment to a solicitation for a federal contract, specifically updating the Statement of Work (SOW) for a project associated with Dollies Drawings. The amendment extends the deadline for receiving offers while requiring acknowledgment of this amendment prior to submission, outlining methods for such acknowledgment. Key changes include the addition of instructions related to the Dollies drawing, the deletion of old attachments, and the incorporation of updated documents, including an updated HS Dolly Drawing Set. It notes that the contractor should reference MIL-STD-11991B instead of PM-4053 for certain details. The structure includes sections for contractor and government officer signatures, with explicit instructions on modification procedures and acknowledgment of amendments. Overall, this amendment facilitates updates to project specifications, ensuring compliance with necessary standards and accurate documentation for contractors involved.
    The document outlines pricing instructions for a proposal related to the procurement of Tier 2 parts racks and horizontal stabilator dollies. It specifies the required completion of unit price entries for four Contract Line Item Numbers (CLINs): CLIN 0001 for a prototype rack, CLIN 0002 for additional racks, CLIN 0003 for an initial set of dollies, and CLIN 0004 for extra dollies. Each line item indicates a quantity and a unit price, with the total evaluation price represented in a designated cell that will also apply to the awarded contract. Currently, all proposed prices are set to $0.00, resulting in a total proposal price of $0.00 for the entire order. This document is part of a larger context of federal RFPs, where precise pricing submissions are critical for evaluation and contract awarding processes. The clear structure of the file facilitates organized submissions from potential contractors in response to government requirements.
    The Statement of Work (SOW) outlines the requirements for manufacturing five Tier 2 Parts Racks and four Horizontal Stabilator (HS) Dollies for the F-22 aircraft in support of the 309th Aircraft Maintenance Group. The new racks aim to prevent damage to aircraft coatings during maintenance while the dollies will transport the HS units to various locations. The contractor must comply with federal regulations and quality standards, and deliver the first rack as a prototype within 150 days post-contract award, with complete prototypes requiring a Physical Configuration Audit (PCA). The racks and dollies must meet detailed specifications indicated in an appendix, ensuring design changes may only occur with government approval. Delivery and acceptance processes denote that the contractor is responsible for shipping costs, with an initial quality audit period of 30 days post-delivery. A one-year warranty covers all delivered products against defects, and contractors need temporary access for operational activities at Hill AFB. Overall, this SOW emphasizes quality assurance, compliance with military standards, and a structured delivery and acceptance framework for the maintenance group’s operational needs.
    Lifecycle
    Title
    Type
    Similar Opportunities
    25--RACK,BAGGAGE,VEHICU
    Active
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA Land and Maritime), is seeking quotes for the procurement of 22 units of RACK, BAGGAGE, VEHICU (NSN 2590015228060). This solicitation may lead to an Indefinite Delivery Contract (IDC) with a one-year term or until the total orders reach $250,000, with an estimated four orders per year and a guaranteed minimum quantity of three. The items will be shipped to various DLA Depots both within the continental United States (CONUS) and outside (OCONUS), emphasizing the importance of these components for military logistics. Interested vendors must submit their quotes electronically, and any inquiries should be directed to the buyer via email at DibbsBSM@dla.mil, as hard copies of the solicitation are not available.
    C-5 Tension Regulator, Repair
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for the repair of C-5 Tension Regulators under solicitation FA8538-24-Q-0005. This procurement involves a firm fixed-price requirements contract with a one-year basic ordering period and four additional one-year ordering periods, aimed at ensuring the operational readiness of critical aircraft components. The tension regulators are essential for maintaining consistent cable tension in flight control systems, underscoring their importance to aviation safety and mission capability. Interested parties must submit their proposals by September 23, 2024, at 4:00 PM EST, and are encouraged to contact Jacob Kline or Phillip Russell via email for any inquiries regarding the solicitation.
    15 - FMS REPAIR - STABILATOR ASSY
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support, is seeking a contractor for the sole source repair of Stabilator Assemblies, identified by NSN 7R 1560-012027151 and part number 70200-27001-045, with a total quantity of four units. This procurement is critical as the government lacks sufficient data to engage alternative sources, emphasizing the importance of maintaining operational readiness for aircraft components. Interested vendors must obtain Government Source Approval prior to award and submit the necessary documentation as outlined in the NAVSUP WSS Source Approval Brochure, which is available online. For inquiries, potential bidders can contact Dana L. Scott at dana.scott@navy.mil, with proposals required to meet all specified criteria to be considered for this opportunity.
    Housing, Mechanical
    Active
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency, is seeking proposals for the procurement of mechanical housing components specifically designed for the F-15A aircraft. The Request for Proposals (RFP) identified as SPRTA1-25-R-0005 calls for a total of 11 units of the specified housing part, part number 747987, with a required delivery date of October 6, 2025. This acquisition is critical for maintaining the operational capabilities of the aircraft, and interested firms are encouraged to contact the original equipment manufacturer, Hamilton Sundstrand Corporation, for data rights inquiries. Proposals must be submitted electronically via SAM.gov by the closing date of October 31, 2024, with all inquiries directed to James Maynard at 405-855-3351 or via email at james.maynard.6@us.af.mil.
    15--RUDDER,AIRCRAFT,AIR
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support, is seeking proposals for the procurement of 20 aircraft rudder components, identified by NSN 7R-1560-015786487-QF and part number 74A240300-1021. The solicitation requires that all articles be manufactured, tested, and inspected in accordance with the original equipment manufacturer (OEM) standards, and any proposals from non-OEM sources must include traceability documentation to ensure compliance. These rudder components are critical for maintaining the operational readiness of naval aircraft, and the contract emphasizes the importance of timely delivery and adherence to quality standards. Interested vendors should submit their proposals, including a cost breakdown and any necessary source approval documentation, to Jaclyn Dooling at jaclyn.dooling@navy.mil by the specified deadline to be considered for this opportunity.
    Repair of the F-16 IF Assembly
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for the repair of the F-16 IF Assembly, with a focus on interchangeable National Stock Numbers (NSNs) related to the aircraft's operational components. The procurement aims to restore critical equipment to serviceable condition, ensuring compliance with stringent technical standards, counterfeit prevention measures, and security protocols. This contract is vital for maintaining the operational integrity of military aviation systems, with a delivery timeline of 90 days after receipt of carcass for various line items. Interested contractors should reach out to primary contact Darin Rector at daren.rector@us.af.mil or secondary contact Hunter Doney at hunter.doney@us.mil for further details regarding the solicitation, which is expected to be awarded under the contract number FD20202400650.
    25--RACK,AMMUNITION STO
    Active
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA Land and Maritime), is seeking quotes for the procurement of 13 units of the RACK, AMMUNITION STO, identified by NSN 2590012949891. The solicitation is a Request for Quotation (RFQ) and requires delivery to DLA Distribution Anniston within 154 days after order placement. These racks are critical components for the storage and management of ammunition, ensuring operational readiness and safety. Interested vendors must submit their quotes electronically, and any inquiries regarding the solicitation should be directed to the buyer via email at DibbsBSM@dla.mil, as hard copies of the solicitation will not be available.
    15--AILERON - AND SIMILAR REPLACEMENT PARTS
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support, is seeking proposals for the procurement of Aileron and similar replacement parts, identified by NSN 7R-1560-016952106-RQ. The procurement involves a quantity of 2 units, with delivery terms set as FOB Origin, and is critical due to the unstable design of the part, which has shown low process yield and marginal performance, necessitating significant changes that may render the current part obsolete. Interested suppliers must be approved by the Government prior to contract award, and those not previously approved must submit detailed technical data and source approval requests alongside their proposals. The Government intends to solicit and negotiate with only one source under FAR 6.302-1, with proposals due within 45 days of the notice publication. For further inquiries, interested parties can contact Alainna M. Pettit at (215) 697-2606 or via email at ALAINNA.PETTIT@NAVY.MIL.
    FA811824R0044 Overhaul of B-2/B-52 Hydraulic Drive Unit, Common Strategic Rotary Launcher (CSRL) power drive unit (PDU), NSN: 1650-01-276-4376, P/N 741322E
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking proposals for the overhaul of the B-2/B-52 Hydraulic Drive Unit, known as the Common Strategic Rotary Launcher (CSRL) Power Drive Unit (PDU), under solicitation FA811824R0044. The procurement involves comprehensive services including disassembly, inspection, rehabilitation, and testing of the hydraulic drive unit, with a focus on maintaining operational readiness for critical military assets. This contract is vital for ensuring the functionality of strategic defense systems, with a firm-fixed-price structure over a ten-year period, including five one-year options. Interested contractors must submit their proposals by September 30, 2024, and can direct inquiries to Jacqueline West at jacqueline.west@us.af.mil or Shirley V. Harmon at Shirley.Harmon.1@us.af.mil for further assistance.
    Repair of the A-10 RDTU/UDTU
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for the repair of the A-10 Redesigned Data Transfer Unit (RDTU) and associated components. The procurement includes a comprehensive scope of work that requires contractors to develop production surge plans, counterfeit prevention strategies, and various reporting requirements related to government property and maintenance activities. These units are critical for ensuring the operational efficiency of military aircraft systems, emphasizing the importance of compliance with stringent military standards and cybersecurity measures. Interested vendors must submit their proposals by October 16, 2024, and can direct inquiries to primary contact Darin Rector at daren.rector@us.af.mil or secondary contact Hunter Doney at hunter.doney@us.af.mil.