Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 14, 2007 FBO #2056
SOLICITATION NOTICE

17 -- Recharging Unit, Monobromotrifluoromethane, Pumping Method

Notice Date
7/12/2007
 
Notice Type
Solicitation Notice
 
NAICS
336413 — Other Aircraft Parts and Auxiliary Equipment Manufacturing
 
Contracting Office
Department of the Air Force, Air Force Materiel Command, WR-ALC, WR-ALC/PK Acquisition Opportunities 235 Byron St,, Warner Robins, GA, 31098-1611, UNITED STATES
 
ZIP Code
00000
 
Solicitation Number
FA8532-07-R-13246
 
Response Due
8/27/2007
 
Archive Date
9/30/2007
 
Small Business Set-Aside
Total Small Business
 
Description
Item 0001: NSN: 3655-01-109-8237RN; Recharging Unit, Monobromotrifluoromethane, Pumping Method. The Halon Recharging Station consist of a four-wheel (steel Casters) floor crane, an enclosure, and a cylinder inverter which serves as a mobile recharging unit. The enclosure contains the Halon recharging controls, and mounting brackets for recharging aircraft reservoirs. The inverter makes the station a self-contained system when used with a 150 pounds supply cylinder (not supplied). The inverter is an adapted floor crane which is used to lift the 150 pound Halon supply cylinder into an inverter position so the liquefied Halon can be discharged. The purpose of the recharging station is to recharge the Halon reservoir which mounts aboard the F-16 Aircraft. Materials: several. Delivery: 210 Days ARO. Item 0002: 1 set of Technical Orders are required to be develop for the above NSN. Delivery: 160 Days ARO. This requirement is for basic quantity of 1 ea and 5 quantity options of 1-7 EA for the first option, 1-11 EA for the second option, and three additional options of 1-5 EA. Options may be exercised for AF (Air Force) or FMS (Foreign Military Sales) requirements. Assets will be shipped FOB destination to multiple CONUS locations for AF requirements and for FMS requirements it will require FOB Origin with destinations to be cited. Offerors shall prepare their proposals in accordance with mandatory, explicit and detailed instructions contained in the RFP. The Government will evaluate past performance utilizing the Past Performance Information Retrieval System (PPIRS), and other sources of data as will be stated in RFP. Proposals will be evaluated and award made in accordance with the evaluation criteria stated in the RFP. OFFERORS ARE STRONGLY ENCOURAGED TO REVIEW RATINGS IN PPIRS FOR ACCURACY AS SOON AS POSSIBLE. It is anticipated that the RFP will be released on or around 26 July 2007. The RFP will be posted to the Federal Business Opportunities webpage (http://www.fbo.gov/ ). NO HARD COPIES WILL BE PROVIDED. The technical data required to respond to the RFP may be obtained at the FEDTEDS webpage (https://www.fedteds.gov/). All vendors are required to register via FEDTEDS for an account in order to access the technical data. For vendor assistance or problems with the FEDTEDS webpage, call 1-866-618-5988 or mailto:cscassig@ogden.disa.mil. Only businesses that have been certified by the Department of Defense, United States/Canada Joint Certification Office, and have a valid requirement may have a copy of the solicitation document. All requests for copies of the solicitation document must include a certified copy of DD Form 2345, Militarily Critical Technical Data Agreement. To obtain certification, contact: Commander, Defense Logistics Information Service (DLIS), ATTN: U.S./Canada Joint Certification Office, 74 Washington Avenue North, Battle Creek, MI 49017-3084 or call the DLIS at (800)-352-3572. The DLIS United States/Canada Joint Certification Lookup service is available via the Internet at: http://www.dlis.dla.mil/ccal/. All questions regarding the RFP and/or the data packages must be submitted in writing to Sonia.Lizotte@robins.af.mil with copy to Kathryn.Canady@robins.af.mil NO TELEPHONIC QUESTIONS. All questions and answers will be uploaded to www.fedbizopps.gov. However, the identity of the potential offeror will not be included. Offerors are encouraged to register to receive notification for solicitation and all amendments/revisions and to check the FEDBIZOPPS site prior to submission of proposal. The following Numbered Notes apply: 1, 8, 26, and local Note: ?F?
 
Record
SN01340688-W 20070714/070712221250 (fbodaily.com)
 
Source
FedBizOpps Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  © 1994-2020, Loren Data Corp.