Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF DECEMBER 18, 2016 FBO #5504
SOLICITATION NOTICE

39 -- SCAMP II

Notice Date
12/16/2016
 
Notice Type
Presolicitation
 
NAICS
333923 — Overhead Traveling Crane, Hoist, and Monorail System Manufacturing
 
Contracting Office
Department of the Army, Army Contracting Command, ACC - RSA (W58RGZ) Aviation, SPARKMAN CIR BLDG 5303, Redstone Arsenal, Alabama, 35898-0000, United States
 
ZIP Code
35898-0000
 
Solicitation Number
W58RGZ-17-R-0103
 
Archive Date
1/14/2017
 
Point of Contact
Oddny G. Yerby, Phone: 2568760282
 
E-Mail Address
oddny.g.yerby.civ@mail.mil
(oddny.g.yerby.civ@mail.mil)
 
Small Business Set-Aside
N/A
 
Description
The U.S. Army Contracting Command Redstone Arsenal (ACC-RSA) anticipates entering into an 5-Year Indefinite Delivery Indefinite Quantity (IDIQ) Firm Fixed Price (FFP) contract for the procurement of a Self-Propelled Crane Maintenance and Positioning (SCAMP) Increment II (SCAMP II). The primary function of the SCAMP II Type II is to remove and replace major aircraft components in support of Army Aviation Maintenance. The SCAMP II Type II will be an expeditionary crane, optimized for internal transport by U.S. Army CH-47 helicopter to support aviation maintenance in austere locations and unimproved terrain environments. The SCAMP II Type II will be used to perform maintenance support operations, facilitate Downed Aircraft Recovery Team (DART) operations, and prepare aircraft for military and commercial transportation during deployment/redeployment operations. The requirement is for a minimum quantity of 12 each, and a maximum quantity of 390 each for the cranes. Delivery of the minimum requirement is projected for the third quarter of FY 2017. This requirement will be full and open competition for modified commercial items utilizing FAR Part 12. Required delivery: period of performance (PoP) 365 days after contract award (DACA). Award will be made based on the best value to the Government. The offerors must be registered with the Central Contractor Registration database, located at www.ccr.gov. The applicable NAICS classification is 333923. All Offerors must meet prequalification requirements in order to be eligible for award. Firms that recognize and can produce the required item described above are encouraged to identify themselves. All responsible sources may submit an offer which shall be considered by the agency. The Government anticipates the release of Request for Proposal (RFP) on/about 16 January 2017. The closing date annotated is an estimated date and may be adjusted dependent upon the date of released solicitation; however, the solicitation will not close prior to the date stated above. Foreign firms are reminded that all requests for solicitation must be processed through their respective embassies. No telephone requests will be accepted. POC for this action: Army Contracting Command - Redstone/Bldg. 5309 Martin Road, CCAM-AR-C, ATTN: Oddny Yerby, Contract Specialist at oddny.g.yerby.civ@mail.mil or Yasmine Clanton, Contracting Officer at yasmine.clanton.civ@mail.mil.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/a35fa1dc2634be5497ef7f8f459bc996)
 
Record
SN04353707-W 20161218/161216233907-a35fa1dc2634be5497ef7f8f459bc996 (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.