B-1B Cover Access Aircraft
Estimated issue date and estimated closing/response date:
Issue: 07 April 2025
Closes: 07 May 2025
2. RFP#: SPRTA1-25-R-0126; PR: FD2030-25-00287.
3. Service/Spare/Repair/OH: Spares.
4. AMC: 1/C.
5. Nomenclature/Noun: Cover, Access, Aircraft.
6. NSN: 1560-01-164-5921EK.
7. PN: L2500049-011.
8. History: 06 Sep 2023; DJ Engineering; Cage: 0C7H8.
9. Description/Function: DIM: L= 24.0000 in; W= 1.3000 in; H= 36.0000 in; WT= 5.0000 (LB). Material: Metal
bonded honeycomb. Function: Actuator Fairing.
10. Total Line-Item Quantity: L/I 0001: 4 EA; Min: 1 EA; Max: 6 EA; L/I 0002: 1 EA; First Article; L/I 0003: 1 Lot;
First Article Test Report; L/I 0004: 1 Lot; First Article Material Certification; L/I 0005: 1 Lot; First Article Certificate of
Compliance.
11. Application (Aircraft): B-1B.
12. Destination: L/I 0001: SW3211, Tinker AFB, OK; MARK For: Acct 09. L/I 0002: FY2303; Tinker AFB, OK;
MARK For: First Article; L/I 0003: FA8111; Tinker AFB, OK; MARK For: First Article Monitor; L/I 0004: FA8111;
Tinker AFB, OK; MARK For: First Article Monitor; L/I 0005: FA8111; Tinker AFB, OK; MARK For: First Article Monitor.
13. Required Delivery: L/I 0001: Delivery Number 1: 4 EA on 04 NOV 2026. Early delivery is acceptable. L/I 0002:
Delivery Number 1: 1 EA TBD. L/I 0003: Delivery Number 1: 1 Lot TBD. L/I 0004: Delivery Number 1: 1 Lot TBD.
L/I 0005: Delivery Number 1: 1 Lot TBD.
14. Qualification Requirements: Do exist.
15. Export Control Requirements: Yes.
16. IUID: IUID requirements will apply.
17. Qualified Sources: Patriot Machine, Inc.; Cage: 065R8; Infinity Fabrication, Inc.; Cage: 06DM5; DJ Engineering,
Inc.; Cage: 0C7H8; Volumatic, Inc.; Cage: 1P642; FMW, Inc.; Cage: 1QJK4; Nordam Group, LLC; Cage: 29957;
Malones CNC Machining Inc.; Cage: 2V045; Brenner Aerostructures, LLC; Cage: 3S2G5; and The Boeing Company;
Cage: 43999.
18. Set-aside: Yes.
19. Mandatory Language:
In accordance with FAR 5.207(c)(16)(ii), all responsible sources may submit a capability statement, proposal, or
quotation, which shall be considered by the agency. It is suggested that small business firms or others interested in
subcontracting opportunities in connection with the described procurement make contract with the firms(s) listed.
Based upon market research, the Government is not using the policies contained in Part 12, Acquisition of
Commercial Items, in its solicitation for the described supplies or services.
Government’s obligation under this contract is contingent upon the availability of appropriated funds from which
payment for contract purposes can be made. No legal liability on the part of the Government for any payment may
arise until funds are made available to the Contracting Officer for this contract and until the Contractor receives notice
of such availability, to be confirmed in writing by the Contracting Officer.
Electronic procedures will be used for this solicitation. The solicitation will be available for download only at
www.SAM.gov.
Authority: 10 U.S.C. 2304(c) (1), Justification: supplies (or Services) required are available from only one or a limited
number of responsible source(s) and no other type of supplies or services will satisfy agency requirements. The
proposed contract action is for supplies and services for which the Government intends to solicit and negotiate with
only one, or a limited number of sources under the authority of FAR 6.302.
This notice of intent is not a request for competition. However, all proposals received within 45 days (30 days if award
is issued under an existing basic ordering agreement) after date of publication of this synopsis will be considered by
the Government. A determination by the Government not to compete this proposed contract based upon responses to
this notice is solely within the discretion of the Government. Information received will normally be considered solely for
the purpose of determining whether to conduct a competitive procurement.
Note: While price will be a significant factor in the evaluation of offers, the final contract award decision may be
based upon a combination of price and past performance factors as detailed in the solicitation.
Note: An Ombudsman has been appointed to hear concerns from offerors or potential offerors during the proposal
development phase of this acquisition. The purpose of the Ombudsman is not to diminish the authority of the program
director or contracting officer, but to communicate contractor concerns, issues, disagreements and recommendations
to the appropriate government personnel. When requested, the Ombudsman will maintain strict confidentiality as to
the source of the concern. The Ombudsman does not participate in the evaluation of proposals or in the source
selection process. Interested parties are invited to call the Ombudsman at (405) 855-3552. DO NOT CALL THIS
NUMBER FOR SOLICITATION REQUESTS.
Request for written proposal will be issued. Only written or faxed request received directly from the requestors are
acceptable. The anticipated award date will be 60 days after the issuance of this notice.
20. Buyer’s Contact Information: Questions concerning this synopsis or subsequent solicitation can be directed to
the buyer, John Nolan, 405-855-3542, [email protected]