MODIFICATION
J -- USAF T-10 Hush House Relocation
- Notice Date
- 5/23/2011
- Notice Type
- Modification/Amendment
- NAICS
- 336413
— Other Aircraft Parts and Auxiliary Equipment Manufacturing
- Contracting Office
- WR ALC GRVKBA; 460 RICHARD RAY BLVD STE 200;BLDG 301 CP 478 2221901; ROBINS AFB; GA; 31098
- ZIP Code
- 31098
- Solicitation Number
- FA8519-11-R-33707
- Response Due
- 7/3/2011
- Archive Date
- 7/23/2011
- Point of Contact
- Dale Dalrymple, Phone: 4782227350
- E-Mail Address
-
dale.dalrymple.1@robins.af.mil
(dale.dalrymple.1@robins.af.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- Solicit Num: FA8519-11-R-33707 Solicit Type: Synopsis Date Posted: 18 May 2011 Title: USAF T-10 Hush House (2 ea) Relocation from Cannon AFB, NM to Hurlburt Fld, FL NACIS: 336413 Expected Solicitation Date: 3 June 2011 Set Aside: 100% Small Business Classification Code: 49 Primary POC: Dale Dalrymple - dale.dalrymple.1@robins.af.mil NSN: 4920011274640RN P/N: A/F37T-10 Noun: T-10 Hush House Quantity: 1 LO Scope: The purpose of this effort is to perform a relocation of two (2 ea) A/F37T-10 Noise Suppressors, also known as a Hush House, from Cannon Air Force Base, NM to Hurlburt Field, FL. These hush houses will work in conjunction with an "Enclosed Noise Suppressor System Aircraft/Engine (hush house) Type A/F37T-10 and A/F37T-11 with T-21D test stand and T56 engine (separate contract)." This effort shall include, but is not limited to, (a) Original site assessments, (b) Coordination and inspection of predetermined gaining site, (c) Transportation planning and scheduling, (d) Disassembly and packaging for shipment, (e) Removal of material and debris from original site down to the foundation and slab, (f) Loading, (g) Storage of components if necessary, (h) Utility installation and activation coordination for new site, (i) Unloading at new site (or vendor facility if required), (j) Repair/Refurbishment/replacement of sub-components, (k) Reassembly/Installation to restore to full operating capability, and (l) Verification testing/inspections. PWS will include (but is not limited to): Disassembly Repair/Refurbish/Replace: General Structural Components, Acoustic Panels and Intake Baffles, Main Doors, Exterior Cladding, Personnel Doors, Augmentor Tube Refurbishment, and Bay Lighting New Supply: Roof, Electrical System, Hardware, Facility Control System, Bird Screens, Fire Suppression System (FSS), Inlet Turning Vanes, Control Room HVAC, and Roll-Up Doors Assembly: The assembly will be coordinated to begin at completion of the Hurlburt Field's pad construction. Completion of the pad is scheduled for Nov 2012. Data: CAVAF Reporting, Relocation / Refurbishment evaluation, Monthly Status Reports, Final Report, Engineering Change Proposals (ECPs ), Notice of revision (NOR ), Test Procedures and Report, Test/Inspection Report, GIDEP (Alert/Safe Alert & Response), and Status Report (Safety Plan) Period of Performance: 21 Months - ARO Contract Electronic procedure will be used for this solicitation. The proposed contract action is for services for which the Government intends to solicit and negotiate competitively as a 100 percent small business set-aside. Interested Parties or Person(s) may identify their interest and capability to respond to the requirement or submit a quote(s). This notice of intent is NOT a request for competitive proposals. A site survey is being coordinated and is tentatively scheduled for 9 June 2011 at Cannon AFB, NM. Data will be made available on line when the RFP is posted. Only businesses that have been certified by the Department of Defense, United States/Canada Joint Certification Office, and have a valid requirement may have a copy of the solicitation document. All requests for copies of the solicitation document must include a certified copy of DD Form 2345, Militarily Critical Technical Data Agreement. To obtain certification, contact: Commander, Defense Logistics Information Service (DLIS), ATTN: U.S./Canada Joint Certification Office, 74 Washington Avenue North, Battle Creek, MI 49017-3084 or call the DLIS at (800)-352-3572. The DLIS Unites States/Canada Joint Certification Lookup service is available via the Internet at: http://www.dlis.dla.mil/ccal/. The approximate RFP issue date will be 3 June 2011; proposals are due 30 days from RFP issue Date. Electronic procedures will be used for this solicitation at www.fedbizopps.gov only. NO TELEPHONE REQUESTS WILL BE HONORED and no hard copies will be mailed out. The Government will evaluate past performance utilizing the Performance/Price Tradeoff (PPT) source selection procedure to make an integrated assessment for a best value award decision. Tradeoffs will be made between past performance and price, with past performance being considered slightly more important than price. All questions regarding the RFP and/or the data packages must be submitted in writing to dale.dalrymple.1@robins.af.mil with copy to sonia.lizotte@robins.af.mil. NO TELEPHONE QUESTIONS. All questions and answers will be uploaded to www.fedbizopps.gov. However, the identity of the potential offeror will not be included. Offerors are encouraged to register to receive notification for solicitation and all amendments/revisions and to check the FEDBIZOPPS site prior to submission of proposal. Contracting Office Address: WR-ALC/PK Acquisition Opportunities 235 Byron St Warner Robins, Georgia 31098-1611 United States Primary Point of Contact: Dale Dalrymple dale.dalrymple.1@robins.af.mil Phone: (478) 222-7350 Fax: (478) 222-1852
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/WRALC/FA8519-11-R-33707/listing.html)
- Record
- SN02454790-W 20110525/110523234653-b1f8c0e3943aa998eacc1f4f13f33615 (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 |