Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF FEBRUARY 08, 2013 FBO #4094
SOLICITATION NOTICE

23 -- A/S32 R-11 Refueler

Notice Date
2/6/2013
 
Notice Type
Presolicitation
 
NAICS
336120 — Heavy Duty Truck 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-35653
 
Archive Date
3/9/2013
 
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
N/A
 
Description
The Support Equipment and Vehicles Division at Robins AFB, Georgia has a requirement for a 6-year, firm-fixed price, Requirements-type contract for A/S32 R-11 Aircraft ReFueling/Defueling/Hydrant Servicing Truck (hereafter referred to as A/S32 R-11 Refueler); Master NSN's: 2320-00-433-5695 (generic NSNs for solicitation purposes only). The A/S32 R-11 Refueler shall be able to receive, transport, store, and pump turbine and jet fuels in accordance with ASTM D910, ASTM D1655, MIL DTL 5624, MIL DTL 25524, and MIL DTL 83133. The truck has a capacity of 6000 gallons and is capable of: (1) continuously issuing fuel to aircraft at volumetric flow rates (flow rates) up to 600 gallons per minute (gpm), (2) continuously bottom loading fuel into the refueler cargo tank at flow rates up to 750 gpm, (3) continuously defueling aircraft at flow rates up to 175 gpm, and (4) receiving fuel from a Type III hydrant system in order to independently issue fuel to the aircraft at flow rates up to 600 gpm or issue fuel to the aircraft refueling cargo tank at rates up to and including a maximum of 700 gpm. This requirement will consist of one basic period of 24 months and four annual option periods. The best estimated quantities (BEQs) are as follows: Basic period 30 each, Options I-III, 30 each and Option IV, 29 each. 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 A/S32 R-11 Refueler in the basic contract period, subject to required tests in accordance with the Performance Specification and Statement of Work 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 Daily Test Situation Reports (SITREP). 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 Lowest Price Technically Acceptable (LPTA) source selection procedure. For those offerors whose proposals are determined to be technically acceptable, award will be made to the offeror having the lowest total evaluated price. The Government will evaluate 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 April 2013and anticipated award approximately April 2014. The RFP will be posted 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 AFLCMC/WNKBBB, 235 Byron Street, Suite 19A, 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-35653/listing.html)
 
Record
SN02981093-W 20130208/130206234631-a32d2a4a190b66651041dd7aee036ad0 (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.