Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 16, 2012 FBO #3765
SOLICITATION NOTICE

49 -- T-9 Noise Suppressor (Hush House) Repairs

Notice Date
3/14/2012
 
Notice Type
Presolicitation
 
NAICS
336413 — Other Aircraft Parts and Auxiliary Equipment Manufacturing
 
Contracting Office
Department of the Air Force, Air Force Materiel Command, WR-ALC, WR-ALC/PK Acquisition Opportunities, 235 Byron St,, Warner Robins, Georgia, 31098-1611, United States
 
ZIP Code
31098-1611
 
Solicitation Number
FA8519-12-R-31449
 
Archive Date
6/14/2012
 
Point of Contact
Rebecca L. Taylor, Phone: 478-222-1889
 
E-Mail Address
Rebecca.Taylor@robins.af.mil
(Rebecca.Taylor@robins.af.mil)
 
Small Business Set-Aside
N/A
 
Description
Item 0001: NSN 4920-01-082-1095, SN 1010, Repairs to the T-9 Noise Suppressor System (Hush House), Dyess AFB TX, Delivery: 180 Days ARO Item 0001AA: Air Dryer Repairs Item 0001AB: Augmentor Studs repairs Item 0001AC: Personnel Doors Item 0001AD: Fuel System repairs Item 0002: NSN 4920-01-082-1095, SN 05009, Repairs to the T-9 Noise Suppressor System (Hush House), Dyess AFB, Delivery: 180 Days ARO Item 0002AA: Augmentor Studs Item 0002AB: Personnel Doors Item 0002AC: Fuel System repairs All repairs will be done IAW forthcoming PWS Item 0003: Data A001-A012, Delivery: IAW 1423 Item 0004: Over and Above, SN 1010, Delivery: 180 Days ARO Item 0005: Over and Above, SN 05009, Delivery: 180 Days ARO IAW FAR 5.207(c)(14)(ii) – Trade Agreements – One or more of the items under this acquisition is subject to the World Trade Organization Government Procurement Agreement and Free Trade Agreements. Offerors shall prepare their proposals in accordance with mandatory, explicit, and detailed instructions contained in the RFP. This acquisition will utilize the Tradeoff Source Selection procedures in accordance with FAR 15.3 as supplemented by the DoD Source Selection Procedures referenced in DFARS 215.300 and the AFFARS Mandatory Procedures 5315.3 to make an integrated assessment for a best value award decision. A tradeoff will occur among past and present performance information and price. Past and present information will be considered slightly more important to price in the best value award decision. Requirement is reserved 100% for Small Business Set Aside. Drawings will be made available online when the RFP is posted. It is anticipated the RFP will be released on or around 30 May 2012 and anticipated award on or before 30 September 2012. 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. All questions regarding the RFP and/or data packages must be submitted in writing to Rebecca.Taylor@robins.af.mil with copy to Kimberly.Langford@robins.af.mil. NO TELEPHONE QUESTIONS WILL BE ACCEPTED. All questions and answers will be uploaded to www.fedbiopps.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.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/WRALC/FA8519-12-R-31449/listing.html)
 
Record
SN02697034-W 20120316/120314235900-91e7bf4e21d72f2cff6731fe0b92ecf4 (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.