Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF AUGUST 26, 2018 FBO #6120
MODIFICATION

J -- Air Transportable Galley Lavatory (ATGL) - Revised PWS - Amendment 1

Notice Date
8/24/2018
 
Notice Type
Modification/Amendment
 
NAICS
336413 — Other Aircraft Parts and Auxiliary Equipment Manufacturing
 
Contracting Office
Department of the Air Force, Air Force Materiel Command, PK/PZ - Robins AFB, 215 Page Rd, Robins AFB, Georgia, 31098-1611, United States
 
ZIP Code
31098-1611
 
Solicitation Number
FA8534-18-R-0004
 
Archive Date
10/2/2018
 
Point of Contact
Cynthia L. Cason, Phone: 4782221886, Crystal Crawford, Phone: 4782221895
 
E-Mail Address
cynthia.cason@us.af.mil, crystal.crawford.1@us.af.mil
(cynthia.cason@us.af.mil, crystal.crawford.1@us.af.mil)
 
Small Business Set-Aside
N/A
 
Description
CDRL A013 Amendment 0001 NOTE - This solicitation is being reposted due to technical difficulties with original posting. The response date has been extended to 17 Sep 2018 at 12:00 pm. The original solicitation and previous amendments are cancelled and replaced with the new attached Request for Proposal. The Support Equipment and Vehicles Division at Robins AFB, Georgia (AFLCMC/WNZ) has a requirement for a five-year cost-plus-fixed-fee and firm-fixed price requirements-type contract for Air Transportable Galley Lavatories (ATGL); NSN: 7360-01-382-5127. The Air Transportable Galley-Lavatory (ATGL) is a piece of palletized support equipment that is currently used in military airframes with pallet restraint systems. It has been used for over 35 years by the Air Force and provides inflight lavatory, oven, refrigeration, and coffee capabilities. The unit was designed to hold up to 39 gallons of potable water and 60 gallons of waste (including 11 gallons of precharge). It is designed to accommodate galley and lavatory facilities for 160 people and up to 15 hours of flight. This service and supply contract will include program engineering support (PES), overhaul, and material management (MM) of the ATGL units and will support the United States Air Force (USAF) and include Foreign Military Sales (FMS). This requirement will consist of a basic period of 12 months, four annual option periods, and a possible six-month extension of service. The successful offeror will be required to complete a first article unit in the basic contract period, subject to required tests. Required tests will be identified in the test procedures and the test/inspection report, which the contractor shall prepare for program engineer approval. FAR part 15 procedures will be utilized for this acquisition. Offerors shall prepare their proposals in accordance with the mandatory and detailed instructions to be included in the RFP. A competitive acquisition will be accomplished utilizing trade-off source selection procedures to make a best value award decision. The RFP will describe the Government's acquisition methodology for a best value award decision. Interested offerors may contact, via e-mail, the POCs listed below for any additional questions. NO TELEPHONE QUESTIONS will be accepted. Offerors are encouraged to register on the site to receive notifications regarding the solicitation and all amendments/revisions. RFP Amendment 0001 issued to incorporate CDRL A013 and revised Performance Work Statement (revising Section 4.2.1.7). Response date is unchanged.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/WRALC/FA8534-18-R-0004/listing.html)
 
Record
SN05055887-W 20180826/180824231558-2cd3cb24a9dd6a1209e4e1037647003d (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.