Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 06, 2008 FBO #2567
SOLICITATION NOTICE

17 -- Lavatory Service Trucks (LST)

Notice Date
12/4/2008
 
Notice Type
Modification/Amendment
 
NAICS
336120 — Heavy Duty Truck 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
FA853308R23373
 
Response Due
2/27/2009 3:30:00 PM
 
Archive Date
3/14/2009
 
Point of Contact
Kimberly G. Langford,, Phone: (478) 222-1913, Salena W Arrington,, Phone: (478)222-1755
 
E-Mail Address
kimberly.langford@robins.af.mil, salena.arrington@robins.af.mil
 
Small Business Set-Aside
Total Small Business
 
Description
This requirement is for a 5-year, Firm-Fixed Price, Requirements-type Indefinite-Delivery contract for the procurement of Lavatory Service Trucks (LST), Generic NSN: 1730-00-981-7605YW, which are used to service the lavatory systems of all major military aircraft fitted with commercial lavatory systems. The LST holds approximately 360 U.S. gallons of waste. It has a waste pump capable of pumping 80 GPM at 20 FT head and a fluid pump capable of 30 GPM at 60 PSI. The unit has a personnel lift capable of lifting 500 lbs. It has an operating speed of 35 mph. Material: Various The requirement will consist of one basic period of 12 months and 4 annual options. The best estimated quantities (BEQs) are as follows: Lavatory Service Trucks - First Production Qty: BEQ 1 EA; Basic Production Qty: BEQ 14 EA; Option I Qty: BEQ 1-14 EA; Option II Qty: BEQ 1-14 EA; Option III Qty: BEQ 1-14 EA; Option IV Qty: BEQ 1-14 EA. There is no minimum or maximum order amounts established. FAR Part 12 and FAR Part 15 procedures will be utilized with first production unit testing required. Multiple shipping locations are involved, to include both USAF and FMS requirements. Delivery schedule: 180 Days ARO. Offerors shall prepare their proposals in accordance with mandatory, explicit, and detailed instruction contained in the RFP. The Government will utilize the Performance Price Trade-off (PPT) procedures, and will evaluate proposals and make award in accordance with the Evaluation Basis for Award provision in the RFP. It is anticipated that the RFP will be released on or around 29 December 2008 and anticipated award on or before 31 March 2009. Electronic procedures will be used for this solicitation. To request a copy of this solicitation, go to http://www.fedbizopps.gov. All responsible sources may submit a bid, proposal, or quotation which shall be considered by the agency. All questions regarding the solicitation and/or the data package must be submitted in writing to Kimberly.Lanford@robins.af.mil with a copy to Salena.Arrington@robins.af.mil. No telephonic questions. All questions and answers will be uploaded to http://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 quote. See Numbered Notes 1and 8.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=563bc3feb374b7647fbb641e1e5eb903&tab=core&_cview=1)
 
Record
SN01714118-W 20081206/081204222703-563bc3feb374b7647fbb641e1e5eb903 (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.