Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 27, 2009 FBO #2678
SOLICITATION NOTICE

17 -- MB-4 TOW TRACTOR

Notice Date
3/25/2009
 
Notice Type
Presolicitation
 
NAICS
333924 — Industrial Truck, Tractor, Trailer, and Stacker Machinery 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-20280
 
Archive Date
6/12/2009
 
Point of Contact
Erica R. Farrell,, Phone: (478) 222-1893, Lauren Farrell,, Phone: 478-222-1906
 
E-Mail Address
erica.farrell@robins.af.mil, lauren.farrell@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 MB-4 Tow Tractors, Generic NSN: 1740-00-580-7990YW, which are used in aircraft environment applications to tow large munition trailers on base convoy routes and medium-sized aircraft on dry level concrete. This requirement is set aside 100% for small business competition. The MB-4 tows MHU-196 and MHU-204 munitions trailers in support of bomber aircraft, and is able to tow the smaller MHU-110, MHU-141, and MHU-226 trailers in support of other weapons-delivering aircraft. The MB-4 tows C-130 and other medium-sized aircraft, and is frequently used to tow smaller fighter aircraft. The MB-4 has a minimum Gross Vehicle Weight (GVW) of 19,000 pounds. The minimum Draw Bar Pull (DBP) force required for the MB-4 is 16,000 pounds. The MB-4 is used to tow munitions trailers weighing up to 80,000 pounds on paved/concrete base convoy routes with grades up to 4%, and aircraft weighing up to 175,000 pounds on dry level concrete. The MB-4 has options for heavy-duty winterization, an air system for munitions trailer towing, exterior color, a driver's spotlight, and air conditioning. The requirement will consist of one basic period of 12 months and 4 annual options. The best estimated quantities (BEQs) are as follows: Basic Production Qty: BEQ 42 EA; Option I Qty: BEQ 132 EA; Option II Qty: BEQ 108 EA; Option III Qty: BEQ 111 EA; Option IV Qty: BEQ 144 EA There is no guaranteed minimum or maximum order amounts established. The effort involves contractor-testing requirements for the first production 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 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 April 10, 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 which includes the CID, data requirements, and all attachments referenced in the solicitation itself. All responsible, small business sources may submit a proposal in response to the RFP for the Government's evaluation.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=a9aecc50ac2ddcaf3f10f4e572437de3&tab=core&_cview=1)
 
Record
SN01778028-W 20090327/090325221125-a9aecc50ac2ddcaf3f10f4e572437de3 (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.