Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF SEPTEMBER 26, 2018 FBO #6151
SOLICITATION NOTICE

17 -- U-30 Tow Tractors

Notice Date
9/24/2018
 
Notice Type
Presolicitation
 
NAICS
333924 — Industrial Truck, Tractor, Trailer, and Stacker Machinery 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-0015
 
Point of Contact
Philip N. Holt, , Crystal Crawford,
 
E-Mail Address
philip.holt@us.af.mil, crystal.crawford.1@us.af.mil
(philip.holt@us.af.mil, crystal.crawford.1@us.af.mil)
 
Small Business Set-Aside
N/A
 
Description
The Support Equipment and Vehicles Division at Robins AFB, Georgia (AFLCMC/WNZ) has a requirement for a 5-year, firm-fixed price, Requirements-type contract for the U-30 Tow Tractor; Class I NSN: 1740-01-367-9485YW and Class II NSN: 1740-00-253-4631YW. The U-30 tow tractor is used to tow aircraft up to 850,000 pounds on flight line surfaces. Due to a new requirement, the tractor will have two classes of the same chassis design with the only differences being in the ballasting, gross vehicle weight (GVW), and resulting draw bar pull force. The Class I is the current version of the U-30 tow tractor. The Class 2 U-30 will be capable of towing aircraft up to 1,000,000 pounds on flight line surfaces. The primary intended use of this tow tractor is to tow larger military aircraft such as the C-17, C-5, and 747-800 airframes on US Air Force installations. For this requirement, both the Class 1 and the Class 2 two tractors will be purchased. The tractor is procured with a Commercial Item Description (CID) A-A-58026B. This requirement will consist of a basic period of 12 months and four annual option periods. The quantities are as follows: Basic - BEQ 12 of Class I and BEQ 1 of Class II Option I - BEQ 12 for Class I and BEQ 1 for Class II Option II - BEQ 12 for Class I and BEQ 1 for Class II Option III - BEQ 12 for Class I and BEQ 1 for Class II Option IV - BEQ 12 for Class I and BEQ 1 for Class II These BEQs are subject to change in the final Request for Proposal (RFP). 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 full and open 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. The RFP is expected to be published on fbo.gov on or around 10 Oct 2018. 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.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/WRALC/FA8534-18-R-0015/listing.html)
 
Record
SN05103334-W 20180926/180924231350-f847a2b3eb1290dc3111df4e5be4af14 (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.