Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 20, 2017 FBO #5718
SOLICITATION NOTICE

16 -- Countermeasures Assembly and Night vision Imaging System

Notice Date
7/18/2017
 
Notice Type
Presolicitation
 
NAICS
336413 — Other Aircraft Parts and Auxiliary Equipment Manufacturing
 
Contracting Office
Department of the Air Force, Air Force Materiel Command, AFLCMC / AFSC / AFNWC - HILL AFB, ., Hill AFB, Utah, 84056, United States
 
ZIP Code
84056
 
Solicitation Number
FA8232-17-R-3031
 
Archive Date
1/1/2018
 
Point of Contact
Kora L. Sambroak, Phone: 8017773280, Daniel Olsen,
 
E-Mail Address
kora.sambroak.3@us.af.mil, Daniel.Olsen@us.af.mil
(kora.sambroak.3@us.af.mil, Daniel.Olsen@us.af.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
This is a PRE-SOLICITATION NOTICE to inform industry that the Air Force Life Cycle Management Center (AFLCMC) located at Hill Air Force Base, UT intends to issue a solicitation in accordance with FAR 15.101-2 Lowest Price Technically Acceptable for F-16 Countermeasures (CM) Assembly and Night Vision Imaging System (NVIS) Faceplates for the ALQ-213 program. This will be a non-developmental effort for manufacture of a first article kit, CM and NVIS Faceplate production assets, and data reporting to support integration on United States Air Force (USAF) F-16 Blocks 40/42/50/52 Model C and D aircraft. Supply articles are built to print and the Government will furnish specifications, plans, drawings, or technical data packages related to this procurement. The solicitation, when issued, will be restricted as a Total Small Business Set Aside for a Firm Fixed Priced (FFP), Single Award Indefinite Delivery Indefinite Quantity (IDIQ) contract, with a basic five year ordering period. The Government will include FAR clause 52.217-9, Option to Extend the Term of the Contract. The Government reserves the right, under the authority of FAR 52.217-9, to extend the total duration of the contract an additional five years under a second ordering period for production articles and data reporting. In any event the total contract duration per FAR 5.207(c)(10), including production and delivery, will not exceed ten years. AFLCMC intends to release the solicitation on or after 03 August 2017 under Solicitation Number: FA8232-17-R-3031. The solicitation closing date will be provided on the solicitation itself. If your company is interested in this planned procurement, then it is advised that you monitor this notice and solicitation number at www.fbo.gov. It is the responsibility of the potential offeror to monitor this site for additional information pertaining to this requirement. This acquisition is being offered to a ll responsible Small Business sources that may submit a bid, proposal, or quotation which shall be considered by the agency. Note the North American Industry Classification System (NAICS) code listed of 336413. Any offeror awarded a contract resulting from the solicitation shall be required to conduct a First Article Kit Test (CLIN 0001) that will consist of one (1) CM assembly and three (3) NVIS Faceplates as defined in the solicitation Statement of Work (SOW) requirements. The SOW will be included with the solicitation. Should a resulting contract be awarded, the First Article Kit would be submitted to the Government at destination point FA8716, no later than (NLT) 4 months after receipt of (ARO) contract award with early delivery permissible. Government approval of the First Article Kit and associated Test/Inspection report will be required prior to manufacture of production articles. The First Article Test/Inspection delivery report is due 90 days ARO contract and will be included under CLIN 0004 data deliverables. Production articles include the NVIS Faceplate under CLIN 0002 and 1002, and CM Assemblies under CLIN 0003 and 1003). The contract minimum for CLIN 0002 is a quantity of 24 each, with a contract maximum of 656. The contract minimum for CLIN 0003 is a 27 each with a contract maximum of 773 each. Delivery of standard production articles will be to destination point FB2029 at Hill AFB, UT. Included in the contract maximum will be a one-time delivery of five (5) NVIS Faceplates and five (5) CM Assemblies to destination point FA8716 at Hill AFB, UT to support Trial Vehicle Install (TVI) and Kit Proofing (KP) requirements. The TVI/KP items will be included on the initial delivery order along with the first article kit and production article requirements, issued concurrently at contract award. The Government reserves the right to issue an initial order exceeding the contract minimum production quantities. Delivery schedules for future production articles will be cited on individual orders and will be established on or before contract award. The solicitation will include not separately priced (NSP) data exhibits (e.g. CDRLs) under CLINS 0004/1004 and will be cited if applicable on individual delivery orders. All reports and data included on the solicitation will also be a contract requirement. This notice of intent is not a request for proposal. This notice is issued solely for information and planning purposes and does not constitute a final solicitation or a promise to issue a final solicitation in the future. This notice does not commit the Government to contract for any supply or service whatsoever. Respondents are advised that the Government will not pay for any information or administrative costs incurred as a result of this notice. All costs associated with this notice will be solely at the interested parties' expense. All communications SHALL be submitted ONLY in writing AND directly to the email addresses identified below. Oral quotes will not be accepted. Contractors shall not contact any other Government Personnel other than the person(s) identified below. Contacting any Government personnel other than the individual identified below could result in an organizational conflict of interest (OCI) and could result in an offeror being excluded from competition and/or award. The points of contact for this action are: Kora Sambroak, Contract Specialist, Email: kora.sambroak.3@us.af.mil and Daniel Olsen, Contract Specialist, Email: daniel.olsen@us.af.mil. NO TELEPHONE INQUIRIES WILL BE ACCEPTED. Written questions are acceptable if Emailed to the POC's previously listed.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/OOALC/FA8232-17-R-3031/listing.html)
 
Place of Performance
Address: TBD, United States
 
Record
SN04584391-W 20170720/170718235302-d1e78cef6a76769b116a7e7fcdd7db91 (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.