C-17 PSE - Adapter, Ground Handling Equipment

Agency: DEPT OF DEFENSE
State: Georgia
Level of Government: Federal
Category:
  • 17 - Aircraft Launching, Landing, and Ground Handling Equipment
Opps ID: NBD00159309998972845
Posted Date: Apr 12, 2024
Due Date: Apr 29, 2024
Solicitation No: FA852624Q0031
Source: Members Only
Follow
C-17 PSE - Adapter, Ground Handling Equipment
Active
Contract Opportunity
Notice ID
FA852624Q0031
Related Notice
Department/Ind. Agency
DEPT OF DEFENSE
Sub-tier
DEPT OF THE AIR FORCE
Major Command
AIR FORCE MATERIEL COMMAND
Sub Command
AIR FORCE LIFE CYCLE MANAGEMENT CENTER
Sub Command 2
MOBILITY AIRCRAFT
Office
FA8526 AFLCMC WLMKA
Looking for contract opportunity help?

APEX Accelerators are an official government contracting resource for small businesses. Find your local APEX Accelerator (opens in new window) for free government expertise related to contract opportunities.

APEX Accelerators are funded in part through a cooperative agreement with the Department of Defense.

The APEX Accelerators program was formerly known as the Procurement Technical Assistance Program (opens in new window) (PTAP).

General Information
  • Contract Opportunity Type: Presolicitation (Original)
  • All Dates/Times are: (UTC-04:00) EASTERN STANDARD TIME, NEW YORK, USA
  • Original Published Date: Apr 12, 2024 03:30 pm EDT
  • Original Response Date: Apr 29, 2024 04:00 pm EDT
  • Inactive Policy: 15 days after response date
  • Original Inactive Date: May 14, 2024
  • Initiative:
    • None
Classification
  • Original Set Aside: Total Small Business Set-Aside (FAR 19.5)
  • Product Service Code: 1730 - AIRCRAFT GROUND SERVICING EQUIPMENT
  • NAICS Code:
    • 336413 - Other Aircraft Parts and Auxiliary Equipment Manufacturing
  • Place of Performance:
    Warner Robins , GA 31098
    USA
Description

*100% Small Business Set Aside*





The C-17 Program Management Office has a requirement that is for a firm-fixed price contract for NSN: 1730-01-307-3012, Adapter, Ground Handling Equipment, P/N 17G130044-1, which includes one First Article, one First Article Test Plan, and one First Article Test Report. The C-17 nose landing gear (NLG) includes a single forward - sloping shock strut and dual tires/wheels mounted on a common axle beam. Two (2) A/C landing gear jacks have been provided for jacking the NLG for tire/wheel removal. The (Rhino) jack, P/N 5923 (SERD 130003) is used for a two (2) flat tire situation and the jack, P/N 65J1591 (SERD 130021), is used for worn tire and one flat tire situations. A LG tire/wheel lift truck, P/N 17G130001-1 (SERD 130002), is used for tire/wheel R/R for the two (2) flat tire situation. The lift truck is also used for main landing gear tire/wheel R/R. The lift truck cannot be used with the jack (SERD 130021) due to a lack of clearance for the truck frame between the jack and the tire/wheel. The lift truck requires 4.32" of clearance, but only 1” is available. Sliding the tire/wheel outboard on the axle will provide an additional 1" of clearance between the jack and tire, for insertion of the lift truck. If the tire/wheel is slid further out the wheel bearing will lose contact with the axle, causing the wheel to drop down and become misaligned on the axle.



A means is required to permit sliding the tire/wheel outboard a minimum of 4” without the wheel misaligning, to provide clearance for the lift truck frame (SERD 130002). The means is required at the organizational and depot levels of maintenance. The means must mate with the internal threads (3.400-8UNJ-3B) on the NLG axle and have the same outer diameter (4.25") as the axle. A smooth transition from the axle to the means must be provided.



Delivery is FOB Destination with shipments in the continental United States. This requirement will be solicited as a Total Small Business Set Aside. All responsible sources may submit a quotation which shall be considered by the agency. The Government will utilize the Past Performance Information Retrieval System (PPIRS), Excluded Parties List System (EPLS), and other Government databases to determine contractor status before evaluating proposals. Proposals will be evaluated based on the criteria stated in the RFQ. All data for this weapon system is considered EXPORT CONTROLLED. It is anticipated that the RFQ will be released on or around 1 May 2024.


Attachments/Links
Contact Information
Contracting Office Address
  • CP 478 327 8694 660 ELEVENTH STREET
  • ROBINS AFB , GA 31098-2428
  • USA
Primary Point of Contact
Secondary Point of Contact
History
  • Apr 12, 2024 03:30 pm EDTPresolicitation (Original)

TRY FOR FREE

Not a USAOPPS Member Yet?

Get unlimited access to thousands of active local, state and federal government bids and awards in All 50 States.

Start Free Trial Today >