Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 07, 2009 FBO #2719
SOLICITATION NOTICE

43 -- BEAR Water Distribution System

Notice Date
5/5/2009
 
Notice Type
Modification/Amendment
 
NAICS
333911 — Pump and Pumping Equipment 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-23231
 
Archive Date
6/30/2009
 
Point of Contact
Jennifer T. Dugger,, Phone: (478) 222-1954, Christie H.Brown,, Phone: (478)222-1892
 
E-Mail Address
Jennifer.Dugger@robins.af.mil, christie.brown@robins.af.mil
 
Small Business Set-Aside
Total Small Business
 
Description
***The purpose of this amendment is to change the solicitation number from FA8533-09-R-23231 to FA8533-08-R-23231. Please be advised that all future notifications will be posted under FA8533-08-R-23231. All interested parties must register to receive notifications under FA8533-08-R-23231.*** This requirement is for a 6-year Firm-Fixed Price Requirements-type Indefinite-Delivery contract for the procurement of the Basic Expeditionary Airfield Resources (BEAR) Water Distribution System. The BEAR Water Distribution System is a system which draws water from a natural source, purifies, stores, and delivers the water while maintaining sufficient water pressure, quantity, and quality for an entire forward-deployed base in austere locations. The water system also has the capability to remove and store the base wastewater at a remote location. The water system is modular in design and consists of a series of pumping, piping, and storage equipment; applicable fittings; and other components such as manual and automatic fluid control mechanisms. The system is designed to provide service in increments of 1100 personnel and can theoretically be expanded upon indefinitely. One complete increment is comprised of one Source Run Subsystem, one Water Production Subsystem (1500 ROWPU OR 600 ROWPU), three 550 Initial Subsystems, three 550 Follow-on Subsystems, and one Industrial Operations and Flightline Extension. Material: Various The requirement will consist of one basic period of 24 months and 4 annual options. The best estimated quantities (BEQs) are as follows: NSN 4320-01-562-3858EJ (Source Run) - Basic Qty: BEQ 2; Opt I: BEQ 1; Opt II: BEQ 1; Opt III: N/A; Opt IV: N/A NSN 4320-01-562-6244EJ (550 Initial) - Basic Qty: BEQ 7; Opt I: BEQ 6; Opt II: BEQ 5; Opt III: BEQ 6; Opt IV: BEQ 1 NSN 4320-01-562-6245EJ (550 Follow-On) - Basic Qty: BEQ 3; Opt I: BEQ 2; Opt II: BEQ 2; Opt III: BEQ 1; Opt IV: BEQ 1 NSN 4320-01-562-6242EJ (IO Flightline Ext) - Basic Qty: BEQ 2; Opt I: BEQ 1; Opt II: BEQ 1; Opt III: N/A; Opt IV: N/A NSN 4610-01-562-6563EJ (ROWPU Water) - Basic Qty: BEQ 13; Opt I: BEQ 7; Opt II: BEQ 7; Opt III: BEQ 7; Opt IV: N/A NSN 4320-01-562-7415EJ (400 GPM Diesel Pump) - Basic Qty: BEQ 7; Opt I: BEQ 4; Opt II: BEQ 3; Opt III: BEQ 4; Opt IV: BEQ 1 NSN 4320-01-562-6564EJ (125 GPM Pump) - Basic Qty: BEQ 7; Opt I: BEQ 4; Opt II: BEQ 4: Opt III: BEQ 4; Opt IV: N/A NSN 4320-01-562-3856EJ (Dual Pumping Station) - Basic Qty: BEQ 3; Opt I: BEQ 2; Opt II: BEQ 1; Opt III: BEQ 1; Opt IV: BEQ 1 NSN 4610-01-565-5686EJ (1500 ROWPU) - Basic Qty: BEQ 34; Opt I: BEQ 17; Opt II: BEQ 17; Opt III: BEQ 16; Opt IV: BEQ 1 MRSP KITS NSN 4320-01-562-3858EJ (Source Run - MRSP) - Basic Qty: BEQ 2; Opt I: BEQ 1; Opt II: BEQ 1; Opt III: BEQ 1; Opt IV: N/A NSN 4320-01-562-6244EJ (550 Initial - MRSP) - Basic Qty: BEQ 30; Opt I: BEQ 15; Opt II: BEQ 13; Opt III: BEQ 14; Opt IV: BEQ 1 NSN 4320-01-562-6245EJ (550 Follow-On MRSP) - Basic Qty: BEQ 24; Opt I: BEQ 12; Opt II: BEQ 11; Opt III: BEQ 12; Opt IV: BEQ 1 NSN 4320-01-562-6242EJ (IO Flightline Extension - MRSP) - Basic Qty: BEQ 2; Opt I: BEQ 1; Opt II: BEQ 1; Opt III: BEQ 1; Opt IV: N/A NSN 4610-01-562-6563EJ (ROWPU - MRSP) Basic Qty: BEQ 30: Opt I: BEQ 15; Opt II: BEQ 15; Opt III: BEQ 5; Opt IV: N/A Initial Spares NSN 4320-01-562-3858EJ (Source Run - Initial Spares) - Basic Qty: BEQ 8; Opt I: BEQ 3; Opt II: BEQ 2; Opt III: 3; Opt IV: BEQ 1 NSN 4320-01-562-6244EJ (550 Initial - Initial Spares) - Basic Qty: BEQ 36; Opt I: BEQ 18; Opt II: BEQ 17; Opt III: BEQ 18; Opt IV: BEQ 1 NSN 4320-01-562-6245EJ (550 Follow-On - Initial Spares) - Basic Qty: BEQ 32; Opt I: BEQ 15; Opt II: BEQ 14; Opt III: BEQ 15; Opt IV: BEQ 1 NSN 4320-01-562-6242EJ (IO Flightline Extension - Initial Spares) - Basic Qty: BEQ 8; Opt I: BEQ 3; Opt II: BEQ 2; Opt III: BEQ 3; Opt IV: BEQ 1 NSN 4610-01-562-6563EJ (ROWPU Water - Initial Spares) - Basic Qty: BEQ 37: Opt I: BEQ 18; Opt II: 17; Opt III: BEQ 18; Opt IV: BEQ 1 There is no minimum or maximum order amount established. FAR Part 15 procedures will be utilized w/ first article testing required. Multiple USAF shipping locations are involved. Delivery schedule: 180 Days ARO Offerors shall prepare their proposals in accordance with the mandatory, explicit, and detailed instructions contained in the RFP. The Government will utilize the Technically-Acceptable 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. It is anticipated that the RFP will be released on or around 22 April 2009 and anticipated award on or before 14 September 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 proposal which shall be considered by the agency. Note: This is a total small business set-aside. Note: In Accordance With AFFARS 5305.204, prospective offerors are advised that foreign participation is not permitted at the prime contractor level. Note: IAW IG5305.207(c)(91)(3) Note F: This acquisition may/does involve technology that has a military or space application. The only US contractors who may participate are those that are certified and registered with DLSC (1-800-352-3572) and have a legitimate business purpose. US contractors must submit a copy of their current, approved DD Form 2345 with their request for solicitation. The form, including instructions for completing the form, is available at http://www.dtic.mil/whs/directives/infomgt/forms/forminfo/forminfopage2220.html. The solicitation/data package will be mailed to the data custodian identified in block 3 of the DD Form 2345. The extent of foreign participation has not yet been determined. MOU country sources must contact the Contracting Officer within 15 calendar days of the date of this synopsis notice to receive a copy of the solicitation at the time it is initially issued. Issuance of the RFP will not be delayed to review requests from MOU country sources received after 15 days or from non-MOU country sources. Nothing in this notice contradicts other restrictions, identified in the synopsis notice or solicitation, regarding eligible sources (e.g., if this is a small-business set-aside, foreign sources may not participate as potential prime contractors but could, if otherwise eligible, participate as subcontractors).
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=0aa612bfb79cf38b91b03eaceb16a10b&tab=core&_cview=1)
 
Record
SN01809489-W 20090507/090505221614-0aa612bfb79cf38b91b03eaceb16a10b (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.