Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 27, 2008 FBO #2466
SOLICITATION NOTICE

17 -- HIGH PURITY SELF GENERATING NITROGEN SERVICING CARTS

Notice Date
8/25/2008
 
Notice Type
Presolicitation
 
NAICS
325120 — Industrial Gas Manufacturing
 
Contracting Office
Department of the Air Force, Air Force Materiel Command, WR-ALC, WR-ALC/PK Acquisition Opportunities, 235 Byron St,, Warner Robins, Georgia, 31098-1611, United States
 
ZIP Code
31098-1611
 
Solicitation Number
FA8533-08-R-20855
 
Point of Contact
Sonia M. Lizotte, Phone: (478)222-1955, Lauren Farrell,, Phone: (478)2222-1906
 
E-Mail Address
sonia.lizotte@us.af.mil, lauren.farrell@robins.af.mil
 
Small Business Set-Aside
Total Small Business
 
Description
This is a pre-solicitation notice. Anticipated release of the RFP is September 9, 2008. The 642 Combat Sustainment Group Contracting Office at Robins, AFB, GA, has a requirement for High Purity Self Generating Nitrogen Servicing Carts (SGNSC), NSN: 3655-01-545-4410 and 3655-01-545-2483 (these are generic NSNs for solicitation purposes only). These units are self-contained towable, high purity carts that produce gaseous nitrogen at a 99.5% purity level, a pressure of 5000 psi, and high flow of not less than 30 Standard Cubic Feet per Minute (SCFM) in both diesel and electric power configurations, with oil free design compressors and pressure boosters. They shall be deployable in any environment/condition. The Government intends to award a seven-year, firm fixed price, Requirements Contract with Best Estimated Quantities (BEQ). The RFP and resultant contract will be structured with one basic contract period of 24 months and five annual option periods and will be set-aside 100% for small business only. Preproduction Units will be required (2 for Type I, and 1 for Type II SGNSCs). A Product Description (PD) will be provided as part of the RFP package. Preproduction test plan and test reports are a few of the mandatory data deliverables in this requirement. NSN: 3655-01-545-4410, Type I, diesel configuration NSN: 3655-01-545-2483, Type II, electric configuration This requirement includes the development of Technical Manuals for the above NSNs by the contractor and will require Government approval. Technical Manuals will include Operation and Maintenance Instructions, and illustrated Parts Breakdown as well as provisioning technical documentation. The best estimated quantities (BEQs) listed in order of the ordering periods (Basic, Option I, Option II, Option III, Option IV, and Option V, and total BEQ, are as follows: Type I, diesel configuration: 12, 158, 158, 158, 158, 148,Total BEQ: 792 Type II, electric configuration: 2, 5, 5, 5, 4, 3, Total BEQ: 24 Delivery requirements will be 30 units per month. FAR Part 12 and 15 procedures will be utilized. Offerors shall prepare their proposals in accordance with mandatory and detailed instructions contained in the RFP. The Government will utilize the Technically-Acceptable Past Performance- Price-Trade-off (TA-PPT) procedures and will evaluate proposals and make award in accordance with the Evaluation Basis for Award provision in the RFP. The RFP will be posted to the Federal Business Opportunities webpage (http://www.fob.gov/). NO HARD COPIES WILL BE PROVIDED. All questions regarding the RFP and/or the data packages must be submitted in writing to Sonia.Lizotte@us.af.mil with copy to Lauren.Farrell@us.af.mil. NO TELEPHONIC QUESTIONS. Offerors are encouraged to register to receive notification for solicitation and all amendments/revisions and to check FEDBIZOPPS site prior to submission of their proposal. This notification should contain Company Name, Address, Point of Contact, CAGE, Size of Business pursuant to North American Industry Classification System (NAICS) 325120. For assistance interpreting the FBO announcements, please see the FOB Vendor's Guide The following government-wide numbered notes applies: 1
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=2a0c0b9a24bce168c4b454b62ea319f7&tab=core&_cview=1)
 
Record
SN01650223-W 20080827/080825222057-2a0c0b9a24bce168c4b454b62ea319f7 (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.