Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 22, 2010 FBO #3071
MODIFICATION

49 -- Universal Hydraulic Test Stands

Notice Date
4/20/2010
 
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-20138
 
Archive Date
9/24/2010
 
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
Total Small Business
 
Description
This requirement will be a 100% Small Business Set-aside. This requirement is for a 9-year Firm-Fixed Price Requirements-Type Indefinite-Delivery contract for the procurement of Universal Hydraulic Test Stands (UHTS). This procurement will be for diesel and electric units. The technical specifications will be identified in a detailed purchase description and a statement of work. Material: Various The requirement will consist of one basic period of 24 months and 7 annual options. The tentative best estimated quantities (BEQs) are as follows: NSN 4920-01-559-6831RN (Diesel): Basic Qty: Pre-production 2EA, BEQ 10; Opt I: BEQ 54; Opt II: BEQ 74; Opt III: BEQ 94; Opt IV: BEQ 114; Opt V: BEQ 123; Opt VI: BEQ 123; Opt VII: 118 NSN 4920-01-559-7446RN (Electric): Basic Qty: Pre-production 2EA, BEQ 10; Opt I: BEQ 46; Opt II: BEQ 46; Opt III: BEQ 46; Opt IV: BEQ 46; Opt V: BEQ 47; Opt VI: BEQ 47; Opt VII: BEQ 47 There is no minimum or maximum order amount established. FAR Parts 12 and 15 procedures will be utilized w/ extensive pre-production 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 30 April 2010 and anticipated award in the November - December 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. NAICS changed from 334514 to 336413.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/WRALC/FA8533-10-R-20138/listing.html)
 
Record
SN02127558-W 20100422/100420235812-8ec784733302e5d8c536dff2ba0434cb (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.