SOLICITATION NOTICE
J -- A-10 Pacific In-theater Depot Bidder's LIbrary
- Notice Date
- 2/13/2009
- Notice Type
- Modification/Amendment
- NAICS
- 488190
— Other Support Activities for Air Transportation
- Contracting Office
- Department of the Air Force, Air Force Materiel Command, Hill AFB OO-ALC, OO-ALC/PKXB, 6038 Aspen Ave (Bldg 1289), Hill AFB, Utah, 84056
- ZIP Code
- 84056
- Solicitation Number
- DRAFT_RFP_A-10_PACAF
- Response Due
- 2/28/2009 4:00:00 PM
- Archive Date
- 3/15/2009
- Point of Contact
- Corey A. Davis,, Phone: (801)777-8414
- E-Mail Address
-
corey.davis@hill.af.mil
- Small Business Set-Aside
- N/A
- Description
- The government is seeking information from industry in regard to the A-10 OCONUS Depot recompete on the following issues: 1. The government is trying to determine whether it is advantageous to request a graduated price scale for the number of aircraft inductions (i.e. quantity discount). We request that potential bidders respond to the following scenario: The government projects a range of 3-6 aircraft inductions per year during the contract period. If six aircraft were inducted in a given year, is there any potential savings to the government on six aircraft under graduated pricing versus the cost of those six aircraft if the negotiated cost was independent of the number inducted? Do potential bidders see any significant cost breaks in inducting 1-6 aircraft? Are there sufficient economies of scale to request bidders to provide a graduated schedule for aircraft inductions? If so, how close in time would these inductions have to be made in order to realize these economies of scale? 2. The Government has established a requirement to limit the contract depot facility to a maximum distance of 400 nautical miles from Osan Air Force Base, South Korea. For market research purposes and possible consideration, the government would like to ascertain the number of interested qualified bidders outside of this range who are unable to bid due to this requirement. We request that all qualified and interested sources within the Pacific theater but greater than 400 NM from Osan AB, please provide your company name and proposed facility location to the government contracting representative. 3. The government is currently considering a requirements type contract as defined by FAR 16.503 as a contract that "provides for filling all actual purchase requirements of designated Government activities for supplies or services during a specified contract period, with deliveries or performance to be scheduled by placing orders with the contractor". An Indefinite Delivery/Indefinite Quantity (ID/IQ) type contract is defined by FAR 16.504 as a contract that "provides for an indefinite quantity, within stated limits, of supplies or services during a fixed period. The Government places orders for individual requirements.... The contract must require the Government to order and the contractor to furnish at least a stated minimum quantity of supplies or services"? (The applicable regulations can be accessed at http://farsite.hill.af.mil/vffara.htm) Under a requirements type contract there is no contractually binding minimum quantity, however all services ordered under the scope of the contract for the duration of the contract will be guaranteed to the contract holder. Under an ID/IQ type contract the government is contractually bound to order a minimum quantity of services, but is not bound to order any further services once the minimum quantity is met. Which of these contractual arrangements would be preferable to potential bidders? Please direct any questions to the government contracting officer below. Corey Davis 538 ACSG/PK 6072 Fir Ave. Bldg 1233 Hill AFB, UT 84056-5820 Corey.Davis@hill.af.mil (preferred) Phone: (801)777-8414 (no collect calls) Fax: (801)777-6172
- Web Link
-
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=150428bbb332f95293151daa7d3a5325&tab=core&_cview=1)
- Place of Performance
- Address: Pacific Air Force (PACAF) Korean Peninsula Vicinity TBD, United States
- Record
- SN01750493-W 20090215/090213215931-150428bbb332f95293151daa7d3a5325 (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 |