Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JULY 12, 2020 SAM #6800
SOLICITATION NOTICE

17 -- EOY - BAK-12 Barrier Bases - Synopsis

Notice Date
7/10/2020 5:55:46 PM
 
Notice Type
Presolicitation
 
NAICS
336413 — Other Aircraft Parts and Auxiliary Equipment Manufacturing
 
Contracting Office
FA5215 766 SCONS PKP JBPHH HI 96860-4961 USA
 
ZIP Code
96860-4961
 
Solicitation Number
FA5215-20-R-0031-Synopsis
 
Response Due
7/25/2020 6:00:00 PM
 
Archive Date
08/09/2020
 
Point of Contact
Clayton B. Bodkin, Phone: 9075521531, John-Anthony E. Ford, Phone: 9075522965
 
E-Mail Address
clayton.bodkin@us.af.mil, johnanthony.ford.1@us.af.mil
(clayton.bodkin@us.af.mil, johnanthony.ford.1@us.af.mil)
 
Description
SYNOPSIS 10 Jul 2020 The 766th Specialized Contracting Squadron, 10480 Sijan Ave, Joint Base Elmendorf-Richardson, AK 99506 intends to award a competitive order of new replacement bases for the BAK-12 Aircraft Arresting System (AAS) for use at the PACAF airfields. The BAK-12 Engine Bases (Model Number: 52-W-2291-901) need to be procured in order to fulfill mission requirements for the 611th Aircraft Arresting System Depot.� The Engine Bases are a requirement based on IAW T.O. 35E8-2-5-3 pg. number 31 and are defined as being made of �a structural steel construction and all major operating components are located upon it. The footprint presented permits anchoring in an expeditionary manner as standard installations.� The bases again are referenced on page number 77 as item number 148 and labeled as �Arresting Engine Base.� Technical drawings clarifying specifications will be provided in the solicitation (drafts of which are available as an attachment to this synopsis.� It is anticipated that the drafts will not substantially change between now and the solicitation). Twenty (20) Bases/Frames are required for mission sustainment within 120 days of contract award. The BAK-12 AAS has been defined as a critical safety item (CSI) per AFLCMC/WNZ & Section F-2-b (page 12) of AFI120-106 (Management of Aviation Critical Safety Items, dated 25 Jan 2006). �Activities contracting for aviation � CSI must enter into a contract for the procurement, modification, repair, or overhaul of the item only with a source approved by the item�s ESA� in accordance with Section 2319 of Title 10, United States Code per DoDM 4140.01-V11 8Mar2017 (Referencing Section 2319 of Title 10 USC �Encouragement of New Competitors�) & Per Section 1.1 of The JALC Aviation CSI Management Handbook (dated 16 Mar 2011). Unless specifically waived by the ESA cognizant engineer, First Article Testing (FAT) is required from manufacturers per Section 4.9.1 (page 54) of The JALC Aviation CSI Management Handbook (dated 16 Mar 2011).� Christopher Peisher (AFLCMC/WNZ), the ESA for Aircraft Arresting Systems for the USAF, has the authority to make critical item safety determinations to include requirements for First Article Testing (FAT). Criteria regarding evidence of successful completion of FAT is required for these will be annotated in the solicitation; this will be a required attachment to proposals of the offerors. The response date for this synopsis is 25 Jul 2020 by 5:00 PM (AKST). The Request for Proposal (RFP), (FA5215-20-R-0031) will be sent out on beta.sam.gov approximately 27 Jul 2020, with responses due within 30 days. This acquisition is classified under NAICS code 336413 and the small business size standard is 1,250 employees. Product or Service code is 1710. Award is anticipated in September 2020. �This notice is neither a request for competitive proposals nor a solicitation of offers, but rather a synopsis of an upcoming competitive requirement. The BAK-12 Engine Bases/Frames need to be delivered to: Mr. John Freishmidt 5250 Gibson Ave JBER, Alaska 99506 POCs: Clayton Bodkin, Contracting Officer (907) 552-1531, clayton.bodkin@us.af.mil or �John-Anthony E. Ford, Contracting Officer (702) 772-9907, johnanthony.ford.1@us.af.mil.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/67142556d67444ecb03508645f2c5313/view)
 
Place of Performance
Address: JBER, AK 99506, USA
Zip Code: 99506
Country: USA
 
Record
SN05717786-F 20200712/200710230158 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM 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.