Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 01, 2009 FBO #2652
SOLICITATION NOTICE

61 -- 100kW/50kW Solid State Frequency Converter

Notice Date
2/27/2009
 
Notice Type
Presolicitation
 
NAICS
335312 — Motor and Generator 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
FA8533-09-R-20210
 
Point of Contact
Kimberly G. Langford,, Phone: (478) 222-1956
 
E-Mail Address
kimberly.langford@robins.af.mil
 
Small Business Set-Aside
N/A
 
Description
This requirement is for a 6-Year, Firm-Fixed Price, Requirements-type Indefinite-Delivery contract for the procurement of 100kW and 50kW Solid State Frequency Converters (SSFC), NSN: 6130-01-440-3479ID and 6130-01-440-3477ID, respectively, which are used in aircraft environment applications. This requirement is set aside 100% for small business competition. The Solid State Frequency Converters shall be a stand alone, self- contained unit capable of converting 50/60 Hz input power to 400Hz output power for combinations of linear and nonlinear loads in aircraft electrical systems and avionic back shop facilities. The requirement will consist of one basic period of 24 months and 4 annual options. The best estimated quantities (BEQs) are as follows: 100kW Solid State Frequency Converters- First Production Qty: 2 EA Basic Production Qty: BEQ 5 EA; Option I Qty: BEQ 1-20 EA; Option II Qty: BEQ 1-20 EA; Option III Qty: BEQ 1-20 EA; Option IV Qty: BEQ 1-20 EA 50kW Solid State Frequency Converters- First Production Qty: 2 EA Basic Production Qty: BEQ 5 EA; Option I Qty: BEQ 1-45 EA; Option II Qty: BEQ 1-85 EA; Option III Qty: BEQ 1-85 EA; Option IV Qty: BEQ 1-85 EA There is no guaranteed minimum or maximum order amounts established. The effort involves contractor-testing requirements for the preproduction units of each type. FAR Part 12 and FAR Part 15 procedures will be utilized. Multiple shipping locations are involved, to include both USAF and FMS requirements. Proposals shall be in accordance with mandatory, explicit, and detailed instructions contained in the RFP. The Government will utilize the Technically Acceptable-Risk-Performance Price Trade-Off (TA-R-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 01 Apr 2009. Electronic procedures will be used for this solicitation. Interested sources are encouraged to monitor the Federal Business Opportunities website at http://www.fedbizopps.gov for the posting of the RFP.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=7a39d1506865ddb023ec8c52ae55658b&tab=core&_cview=1)
 
Record
SN01759338-W 20090301/090227221430-700171dbb34f668309c41aa075fa12ab (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.