Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 28, 2012 FBO #3808
MODIFICATION

17 -- Class I and Class II MB-2 Tow Tractor - Questions and Answers

Notice Date
4/26/2012
 
Notice Type
Modification/Amendment
 
NAICS
336112 — Light Truck and Utility Vehicle 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
FA8533-12-R-30864
 
Response Due
5/31/2012 12:00:00 PM
 
Point of Contact
Amber C. McCulloch, Phone: 4782221895
 
E-Mail Address
amber.mcculloch@robins.af.mil
(amber.mcculloch@robins.af.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
Questions and Answers dated 26 April 2012 Questions and Answers dated 26 April 2012 have been posted. The RFP has been posted 23 April 2012. Proposals are due 31 May 2012 at 12:00 P.M. EST. The Support Equipment and Vehicles Division at Robins AFB, Georgia has a requirement for a 5-year, firm-fixed price, Requirements-type Indefinite-Delivery contract for Class I and Class II MB-2 Tow Tractors; Master NSN's: 1740001438464YW (Class I) and 1740015529854YW (Class II) (generic NSNs for solicitation purposes only). The MB-2 Tow Tractors shall provide a minimum gross vehicle weight (GVW) of 40,000 pounds (Class 1) or 53,000 pounds (Class 2) with a minimum draw bar pull force (DBPF) of 30,000 pounds (Class 1) and 40,000 pounds (Class 2) on dry level concrete. The tow tractor is able to tow aircraft weighing up to 500,000 pounds. The MB-2 features four-wheel drive, and two-wheel and four-wheel power steering. Four-wheel steering features both crab and coordinated steering. The primary intended use of this tow tractor is to tow larger military aircraft such as the KC-135 refuelers and the B-1, B-2 and B-52 bombers on US Air Force installations. This requirement will consist of one basic period of 12 months and four annual option periods. The best estimated quantities (BEQs) are as follows: Basic period 13 each (11 of Class I and 2 of Class II), Options I-IV, 7 each year (5 of Class I and 2 of Class II). Destinations for these units will be CONUS and OCONUS Air Force and DoD installations. There is no minimum or maximum order amounts established. The successful offeror shall be required to complete a first production unit of the Class I MB-2 Tow Tractor in the basic contract period, subject to required tests in accordance with the CID prepared for this acquisition. Required tests will be identified in the test procedures and the test/inspection report, which the contractor shall prepare for program engineer approval. This requirement will also include data such as technical manuals and Technical Report Study/Services (service bulletins). FAR Part 12 and 15 procedures will be utilized. Offerors shall prepare their proposals in accordance with mandatory, explicit, and detailed instruction contained in the RFP. This acquisition will utilize the tradeoff source selection process wherin a tradeoff between non-cost factors and cost/price is permitted in order for the Government to make a best-value award decision. A tradeoff will occur among past and present performance and cost/price. Past and present performance is considered to be approximately equal to cost/price. The Government will evaluated proposals and make 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 13 April 2012 and anticipated award on or around 19 September 2012. The RFP will be posed to the Federal Business Opportunities webpage. All responsible sources may submit a bid, proposal, or quotation, which shall be considered by the agency; however, this acquisition will be 100% set aside for small businesses and is subject to the Buy American Act. Request interested offerors notify Amber C. McCulloch WR-ALC/GRVKBB 460 Richard Ray Blvd, Suite 200, Robins AFB, GA 31098-1813 Phone: 478-222-1895, Fax: 478-222-1854, e-mail: amber.mcculloch@robins.af.mil. This notification should contain Company Name, Address, Point of Contact, CAGE, Size of Business pursuant to North American Industry Classification System (NAICS) 336112 (500 employees). Interested persons may identify their interest and capability to respond to the requirement or submit proposals. For assistance in interpreting the FBO announcements, please see the FBO Vendor's Guide.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/WRALC/FA8533-12-R-30864/listing.html)
 
Record
SN02732829-W 20120428/120427000511-29fe070082ccbaf8f819395c8860d44c (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.