Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 07, 2009 FBO #2813
SOLICITATION NOTICE

15 -- C-130 Crashworthy Seat Kits - Synopsis Table

Notice Date
8/5/2009
 
Notice Type
Presolicitation
 
NAICS
336413 — Other Aircraft Parts and Auxiliary 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
FA8504-09-R-20577
 
Point of Contact
Shelley L Brady, Phone: (478)926-7349, Nola B. Galloway, Phone: (478)926-7385
 
E-Mail Address
shelley.brady@robins.af.mil, Nola.Galloway@robins.af.mil
(shelley.brady@robins.af.mil, Nola.Galloway@robins.af.mil)
 
Small Business Set-Aside
N/A
 
Description
Table outlining items, NC/NSN, Unit of issue and quantity This notice constitutes a Notice of Proposed Contract Action. The 330 th Aircraft Sustainment Group (330 ACSG), 330 th Aircraft Sustainment Wing (ASW), Warner Robins Air Logistics Center (WR-ALC) has a requirement for a Loadmaster Crashworthy Seat (CWS) applicable to the C-130 aircraft. The Government intends to award a five-year, Indefinite Delivery/Indefinite Quantity to procure supplies and incidental services for the design and delivery of C-130J-30 and C-130J Group A and Group B kits (hereinafter referred to as a CWS system) for the Loadmaster Crashworthy Seat. The CWS system is required to be backwardly compatible to C‑130E/H Mobility Air Force (MAF) aircraft. This supply type contracting action will be a Firm Fixed Pricing (FFP) arrangement for non-recurring engineering, technical order development and CWS production. There will be cost reimbursement contract line items (CLINs) for travel and labor hour CLINs for engineering support for aircraft surveys, Trial Kit Installation (TKI) and Kit Proofs (KP) efforts, and Engineering Change Proposals (ECP) and Technical Orders (TO). The RFP and resultant contract will be structured with a two (2) year/twenty-four (24) month basic contract period, three (3) options for kits, and three (3) one year options for engineering support. In the basic period, the requirement will include seven (7) EA CWS systems for first article testing (includes Group B plus Group A adapter kits if required), TKI, and KP as required on C-130J and C-130E/H variant aircraft. The Non-Recurring Engineering, Technical Data Package, TOs, Test Plans, and Travel Requirements will also be provided under the basic requirement (not included in the attachment). Contract options will be utilized for the production kits, spares and engineering support as required for ECPs and TO development. The National Stock Numbers (NSNs) and quantities for the basic and option periods for this effort are outlined in the attached table. Options II, IV and VI will include engineering support as required for ECPs and TO development. This will be a non-commercial full and open competitive acquisition performed under FAR Part 15 for 77% supplies and 23% incidental services. Award will be made utilizing AFFARs 5315 and Mandatory Procedures MP5315.3 full Source Selection procedures. It is anticipated that the RFP will be released to FedBizOpps on or around 31 August 09. Due date will be 45 days after release of the solicitation and will be referenced in the RFP.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/WRALC/FA8504-09-R-20577/listing.html)
 
Record
SN01901202-W 20090807/090806002759-85b2383573146e30406d1ea1e1f8fb24 (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.