Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JANUARY 19, 2008 FBO #2245
SOLICITATION NOTICE

A -- MODULAR AIRCREW COMMON HELMET (MACH)

Notice Date
7/18/2007
 
Notice Type
Solicitation Notice
 
NAICS
541710 — Research and Development in the Physical, Engineering, and Life Sciences (NAICS 2002)
 
Contracting Office
Department of the Air Force, Air Force Materiel Command, HQ HSG - Human Systems Group, HQ HSG/YASK 7980 Lindbergh Landing, Brooks City-Base, TX, 78235-5119, UNITED STATES
 
ZIP Code
78235-5119
 
Solicitation Number
FA8902-07-R-1003
 
Point of Contact
Angelica Armenta, Contracting Officer, Phone 210-536-4892, Fax 210-536-4563
 
E-Mail Address
Angelica.Armenta@brooks.af.mil
 
Description
THIS IS A FORMAL PRESOLICITIATION NOTICE IN ACCORDANCE WITH FAR 5.204. The 77th Aeronautical Systems Group, 77 AESG/PSK, Brooks City-Base, Texas, in support of the 648th Aeronautical Systems Squadron (AESS), intends to solicit and award up to two Fixed Price Incentive (FPI) Indefinite Delivery/Indefinite Quantity (ID/IQ) contracts for System Development & Demonstration (SDD) of a Modular Aircrew Common Helmet (MACH). Each contract will have a five year period of performance if all Options are exercised. The objective of the MACH program is to develop, manufacture, test, field, and sustain a replacement for all currently fielded fixed winged and rotary winged aircraft flight helmets. This is intended to reduce the number of helmet configurations in the Department of Defense (DoD) inventory, reduce the logistical footprint, provide an effective platform for helmet mounted devices and increase aircrew safety. Apart from the basic SDD effort, SDD Options for agency-specific modules will be included in each contract. An Initial Operational Test & Evaluation (IOT&E) Option, Low Rate Initial Production (LRIP) Option, Re-Procurement Package Option, and various Full Rate Production (FRP) Options will also be included in each contract. In the event of a multiple award, the above Options will be exercised with a single SDD contractor after a downselect process. Best Estimated Quantities (BEQs) are provided for the following: IOT&E Articles (180 ea), LRIP Units (260 ea), FRP MACH Units (24,000 ea), FRP AH-64 Module Interfaces (500 ea), FRP JHMCS Module Interfaces (600 ea) and FRP Maxillofacial Shields (4,000 ea). Requirements will be provided in a Government Performance Specification, Statement of Objectives (SOO), Contractor Data Requirements Lists (CDRLs), and final solicitation. The application of Full Tradeoff source selection procedures will be utilized pursuant to AFFARS 5315.3 in the best value determination. It is anticipated that the solicitation will be released on or about 02 August 2007. The North American Industry Classification System (NAICS) code for this acquisition is 541710 with a small business size standard of 500 employees. This size standard applies for the establishment of eligibility as a small business. Foreign participation is not prohibited at the prime contractor level, as there will be an opportunity for offerors to address Berry Amendment concerns in their proposals. All responsible sources may submit an offer, which will be considered. NOTE: ALL OFFERORS MUST BE REGISTERED IN THE CENTRAL CONTRACTOR REGISTRY (CCR) PRIOR TO RECEIVING ANY AWARD. IN ADDITION, OFFERORS MUST ESTABLISH AN ACCOUNT IN THE FEDTEDS SYSTEM, WHERE THE PERFORMANCE SPECIFICATION WILL BE MADE AVAILABLE UPON RELEASE OF THE SOLICITATION. Information concerning CCR requirements may be viewed via the Internet at http://www.ccr.gov or by calling the CCR Registration Centers at 1-888-227-2423. Information concerning FedTeDS registration can be obtained from the website at http://www.fedteds.gov. Any concerns regarding this acquisition may be directed to the Contracting Officer. An Ombudsman has been appointed to hear serious concerns that are not resolved through established channels. The Contracting Officer is Ms. Angelica R. Armenta, 77AESG/PSK, 7980 Lindbergh Landing, Brooks City-Base, TX 78235-5119, 210-536-4892, Fax 210-536-4563, e-mail Angelica.Armenta@us.af.mil. If your concerns are not satisfied by the Contracting Officer, interested parties are invited to contact the Ombudsman, Mr. Edward Noack at 210-536-2319 or e-mail Edward.Noack@brooks.af.mil. Collect calls will not be accepted. NOTE: THIS NOTICE MAY HAVE POSTED ON FEDBIZOPPS ON THE DATE INDICATED IN THE NOTICE ITSELF (18-JUL-2007). IT ACTUALLY APPEARED OR REAPPEARED ON THE FEDBIZOPPS SYSTEM ON 17-JAN-2008, BUT REAPPEARED IN THE FTP FEED FOR THIS POSTING DATE. PLEASE CONTACT fbo.support@gsa.gov REGARDING THIS ISSUE.
 
Web Link
Link to FedBizOpps document.
(http://www.fbo.gov/spg/USAF/AFMC/HSGYASK/FA8902-07-R-1003/listing.html)
 
Place of Performance
Address: Contractor's Facility
Zip Code: 78235
Country: UNITED STATES
 
Record
SN01488156-F 20080119/080117230711 (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.