SOLICITATION NOTICE
49 -- Fuels Operational Readiness Capability Equipment (FORCE)
- Notice Date
- 8/4/2011
- Notice Type
- Presolicitation
- NAICS
- 333913
— Measuring and Dispensing Pump 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
- FA8533-11-R-32637
- Point of Contact
- Brandi R. Matlock, Phone: 4789262241, Patricia (Lauren) L Farrell, Phone: (478)222-1906
- E-Mail Address
-
Brandi.Matlock@robins.af.mil, Lauren.Farrell@robins.af.mil
(Brandi.Matlock@robins.af.mil, Lauren.Farrell@robins.af.mil)
- Small Business Set-Aside
- N/A
- Description
- This requirement is for a 7-year, Firm-Fixed-Price, Requirements-Type Indefinite-Delivery contract for six components of the Fuels Operational Readiness Capability Equipment (FORCE). This acquisition is for the following NSNs: 4320-01-544-2959: Flammable Liquid Pumping Assembly 4930-01-543-6231: Trailer Mounted 900 GPM Flammable Liquid Filter Separator 4930-01-543-4717: Trailer Mounted Multi-Aircraft Servicing Platform 4930-01-573-1370: Force Mission Support Plumbing Assembly - Force Starter (FS) 4930-01-573-4818: Force Mission Support Plumbing Assembly - Sustainment Capability (SC) 4930-01-573-4819: Force Mission Support Plumbing Assembly - Receipt Capability (RC) 4930-01-573-1370: Force Mission Support Plumbing Assembly - Force Starter (FS) MRSP Kit 4930-01-573-4818: Force Mission Support Plumbing Assembly - Sustainment Capability (SC) MRSP Kit 4930-01-573-4819: Force Mission Support Plumbing Assembly - Receipt Capability (RC) MRSP Kit This requirement will consist of one basic period of 24 months and 5 annual options. The Best Estimated Quantities (BEQs) encompassing all NSNs, listed in the order above by Ordering Periods are as follows: Basic: 7, 6, 5, 2, 2, 2, 2, 2, 2 Option I: 50, 42, 32, 8, 10, 12, 8, 10, 12 Option II: 47, 39, 30, 8, 9, 11, 8, 9, 11 Option III: 33, 28, 23, 5, 5, 9, 5, 5, 9 Option IV: 26, 23, 17, 3, 6, 7, 3, 6, 7 Option V: 18, 16, 12, 2, 4, 5, 2, 4, 5 There is no minimum or maximum order amount established. The proposed contract is 100% set aside for small business concerns. Based upon market research, the Government is not using the policies contained in Part 12, Acquisition of Commercial Items, in its solicitation for the described supplies or services. However, interested persons may identify to the contracting officer their interest and capability to satisfy the Government's requirement with a commercial item within 15 days of this notice. Offerors shall prepare their proposals in accordance with mandatory, explicit, and detailed instructions contained in the RFP. The Government will utilize the tradeoff source selection procedures, with tradeoffs between past/present performance and cost/price allowed for technically acceptable proposals. The Government will evaluate proposals and 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 19 August 2011. The RFP will be posted to the Federal Business Opportunities webpage ( http://www.fbo.gov/ ). All questions regarding the RFP MUST be submitted IN WRITING to Brandi.Matlock@robins.af.mil with a copy to Lauren.Farrell@robins.af.mil. NO TELEPHONIC QUESTIONS. Questions and answers will be uploaded to http://www.fbo.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.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/WRALC/FA8533-11-R-32637/listing.html)
- Record
- SN02523091-W 20110806/110805000201-6dd976339dc2f5ed77bf7296916d59a2 (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 |