Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 01, 2010 FBO #3050
MODIFICATION

49 -- Common Multi-Platform Boresight System (CMBS) - Solicitation 1

Notice Date
3/30/2010
 
Notice Type
Modification/Amendment
 
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
FA8533-10-R-22377
 
Archive Date
5/31/2010
 
Point of Contact
Brandi W. Moody, Phone: (478)222-1908, Patricia (Lauren) L Farrell, Phone: (478)222-1906
 
E-Mail Address
brandi.moody@robins.af.mil, Lauren.Farrell@robins.af.mil
(brandi.moody@robins.af.mil, Lauren.Farrell@robins.af.mil)
 
Small Business Set-Aside
N/A
 
Description
Contract Data Requirements Lists: Provisioning Contract Data Requirements List: Product Drawings Contract Data Requirements List: Technical Manual Contract Requirements (TMCR) Contract Data Requirements Lists: ELINs A001-E003 Quantity Ranges Client Authorization Letter Transmittal Letter Present/Past Peformance Questionnaire Tracking Record Present/Past Peformance Questionnaire Present/Past Performance 'FACTS' Sheet Statement of Work Purchase Description Purchase Description Request for Proposal SOLICITATION has been posted This requirement is for a 6-year Firm-Fixed Price Requirements-Type Indefinite-Delivery contract for the procurement of the Common Multi-Platform Boresight System (CMBS). This procurement will be for the boresight system along with adaptors for the F-15 and F-16 aircrafts. The technical specifications will be identified in detailed purchase descriptions and a statement of work. Material: Various The requirement will consist of one basic period of 24 months and 4 annual options. The tentative best estimated quantities (BEQs) are as follows: NSN 4920-01-552-5833RN (Boresight): Basic Qty: FA 2EA, BEQ 9; Opt I: BEQ 8; Opt II: BEQ 9; Opt III: BEQ 10; Opt IV: BEQ 10 NSN 4920-01-552-8581RN (F-16 Adapter): Basic Qty: FA 1EA, BEQ 9; Opt I: BEQ 6; Opt II: BEQ 6; Opt III: BEQ 7; Opt IV: BEQ 7 NSN 4920-01-552-8580RN (F-15 Adapter): Basic Qty: FA 1 EA, BEQ 9; Opt I: BEQ 2; Opt II: BEQ 3; Opt III: BEQ 3; Opt IV: BEQ 3 There is no minimum or maximum order amount established. FAR Part 15 procedures will be utilized w/ extensive first article testing required before production is ordered. Multiple USAF shipping locations are involved over the life of the contract. Delivery schedule: Delivery Requirements will be identified in the RFP Offerors shall prepare their proposals in accordance with the mandatory, explicit, and detailed instructions contained in the RFP. The Government will utilize best value acquisition methodology and will evaluate proposals and make award in accordance with the Evaluation Basis for Award provision in the RFP. Offerors will be required to submit a cost/price volume, technical proposal, and performance volume in accordance with the RFP provisions. It is anticipated that the RFP will be released on or around 29 March 2010 and anticipated award in the August-September 2010 timeframe. Electronic procedures will be used for this solicitation. To request a copy of this solicitation, go to http://www.fedbizopps.gov. All responsible sources, regardless of size status, may submit a proposal package which will be considered by the agency if said proposal package is submitted in accordance with the RFP provisions.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/WRALC/FA8533-10-R-22377/listing.html)
 
Record
SN02106802-W 20100401/100330235307-18c2f94bd79c549fe74628ee5ad4bf42 (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.