Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 12, 2010 FBO #3214
SOLICITATION NOTICE

38 -- Overhaul of Runway Vacuum Sweeper

Notice Date
9/10/2010
 
Notice Type
Presolicitation
 
NAICS
336399 — All Other Motor Vehicle Parts 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
FA8538-10-R-20079
 
Archive Date
12/31/2010
 
Point of Contact
Kristen E. Campbell, Phone: 478-926-2194
 
E-Mail Address
kristen.campbell@robins.af.mil
(kristen.campbell@robins.af.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
Depot overhaul of Dual Purpose Sweeper This requirement is to purchase the capability to overhaul the Runway/Multi-Purpose Vacuum Sweeper, Tymco Model 600(NSN 3825-01-136-2920), Tymco Model 600-1(NSN 3825-01-215-8027) and the Elgin Crosswind (NSN 3825-01-506-5371) in order to restore the used vehicles to a "zero-hour" or like new condition. T he overhaul process will consist of disassembly, cleaning, inspection, repair or replacement of parts or components, reassembly, and testing of an item or accessory IAW applicable technical orders, directives, or authorized manufacturer's publication to provide an operationally safe, serviceable, and reliable item. First repair/overhaul will be subject to additional testing and it will be required to pass those test prior to overhauling any additional vehicle. T he requirement will be procured using FAR 12, Acquisition of Commercial Items, and FAR 15, Contracting by Negotiation, and will employ Performance Price Trade-Off procedures for a best value award decision. The resulting contract will be a firm fixed price "D" type requirements contract as described in FAR 16.503. The award will have a one year o rdering period with four additional one year options. Best estimated quantity is 22 vehicles (of the various models) per year for the basic and each option. Required delivery is 90 Calander Days ARO. Multiple shipping locations are involved. The approximate RFP issue date is TBD at a later data with an approximate response date of TBD at a later date. This requirement is 100% set aside for small business concerns. All responsible small business sources may submit a proposal, which shall be considered. Electronic procedures will be used for this solicitation. RFP will be posted at www.fedbizopps.gov. Only written or faxed requests received directly from the requester are acceptable. All questions regarding the RFP and/or the data packages must be submitted in writing to Kristen Campbell, 448 SCMG/PKHE, Kristen.Campbell@robins.af.mil. NO TELEPHONIC QUESTIONS. All questions and answers will be uploaded to www.fedbizopps.gov ; however, the identity of the potential offeror will not be included. Offerors are encouraged to register to receive notification for solicitation and all amendments/revisions and to check the FEDBIZOPPS site prior to submission of proposal. All responsible sources solicited may submit a bid, proposal, or quotation which shall be considered. All potential offerors should contact the buyer/PCO identified above for additional information and/or to communicate concerns, if any, concerning the acquisition. If your concerns are not satisfied by the Contract Specialist, an Ombudsman has been appointed to hear serious concerns that are not resolved through established channels. The purpose of the Ombudsman is not to diminish the authority of the Program Director or Contracting Officer, but communicate serious Contractor concerns, issues, disagreements, and recommendations to the appropriate government personnel. When requested, the Ombudsman will maintain strict confidentiality as to the source of the concern. The Ombudsman does not participate in the evaluation of proposals in the source selection process. When appropriate, potential offerors may contact Ombudsman, Crystal Hollifield at 478-222-1088. Please be prepared to identify previous contacts made by you in an attempt to resolve your concerns. See Note 1.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/WRALC/FA8538-10-R-20079/listing.html)
 
Record
SN02277728-W 20100912/100911001147-39329850069acc6c2f2bb3af3c846971 (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.