Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 24, 2009 FBO #2797
MODIFICATION

61 -- 250kW Generators

Notice Date
7/22/2009
 
Notice Type
Modification/Amendment
 
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-21608
 
Point of Contact
Kimberly G. Langford, Phone: (478) 222-1956
 
E-Mail Address
kimberly.langford@robins.af.mil
(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 250kW Diesel Generator Set, NSN:6115-01-565-4317ID, which will provide ground power for various aircraft maintenance tasks and pre-flight checks. It will support the E-130H/J, RC-135U/V/W, E-3A/B/C, E-4B, and E-8C United State Air Force (USAF) aircraft and the EC-18D United States Navy (USN) aircraft. The 250kW Diesel Generator Set will replace the currently fielded 225kW Diesel Generator Set. Although the average age of the current 225kW fleet is 11 years, some assets date back to 1986 and all are based on a 1970s design with extensive modifications to accommodate today's increased power needs. Thus, power requirements have been increased from 225kW to 250kW to meet increased demands due to future conditioned air and RADAR block changes. Material: Include steel. The requirement will consist of one basic period of 24 months and 4 annual options. The best estimated quantities (BEQs) are as follows: 250kW Diesel Generator Set - First Article/ Production Qty: BEQ 2 EA; Option I Qty: BEQ 1-50 EA; Option II Qty: BEQ 1-50 EA; Option III Qty: BEQ 1-50 EA; Option IV Qty: BEQ 1-50 EA. There is no minimum or maximum order amounts established. This requirement also includes various data items such as Technical Manuals, Provisioning, Test Plan/Procedure, Test/Inspection Reports, ECPs, Request for Deviation, System Safety Program Plans, etc. This unit will be subjected to a combined aircraft compatibility and operational test and evaluation inspection (OT&E). 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. Production 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 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 15 Aug 09 and anticipated award on or before 21 Feb 10. Electronic procedures will be used for this solicitation. The RFP will be posted to the Federal Business Opportunities webpage. No hard copies will be provided. Full and open competition (large and small businesses) is anticipated. All responsible sources may submit a bid, proposal, or quotation which shall be considered by the agency. Foreign contractors will be permitted to participate at the prime contractor level. All questions regarding the RFP must be submitted in writing to Kimberly.Langford@robins.af.mil with a copy to Salena.Arrington@robins.af.mil. Offerors are encouraged to register to receive notification for solicitation and all amendments/revisions and to check the FBO site prior to submission of their proposal.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/WRALC/FA8533-09-R-21608/listing.html)
 
Record
SN01883555-W 20090724/090722235359-8ec7ba99e70c59a99d477d4fbd10c03f (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.