Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 21, 2012 FBO #3954
MODIFICATION

17 -- Standard Staircase Trucks and C-5 Staircase Trucks - Amendment 1

Notice Date
9/19/2012
 
Notice Type
Modification/Amendment
 
NAICS
333924 — Industrial Truck, Tractor, Trailer, and Stacker Machinery 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
FA8533-12-R-31169
 
Response Due
10/15/2012 12:00:00 PM
 
Point of Contact
Brandi W. Moody, Phone: (478)222-1908, Elizabeth M. Midkiff, Phone: 4782221907
 
E-Mail Address
brandi.moody@robins.af.mil, elizabeth.midkiff@robins.af.mil
(brandi.moody@robins.af.mil, elizabeth.midkiff@robins.af.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
Amendment 0001 **AMENDMENT 0001 has been posted** Proposal due date has been changed to INDEFINITE. **The solicitation is now posted with the attachments. Proposals are due on 15 October 2012, at 12:00 P.M. EST.** The Support Equipment and Vehicles Division at Robins AFB, Georgia has a requirement for a 6-year, firm-fixed price, Requirements-type Indefinite-Delivery contract for Standard Staircase Trucks and C-5 Staircase Trucks; NSN's: 1730-01-602-5661 YW (Standard) and 1730-01-601-8086YW (C-5). The staircase trucks are commercial, diesel engine powered, chassis-mounted vehicles that are used for passenger loading and unloading. The deck height of the staircase is adjustable and has the capability of accommodating B-707, B-727, B-737, B-747, B-757, B-767, B-777, A-300, A-320, A-330, A-340 aircraft, and their military derivatives. This requirement will consist of one basic period of 24 months and four annual option periods. This acquisition will be set-aside 100% for small business only. The best estimated quantities (BEQs) are as follows: Basic Period: 14 EA (12 of Standard and 2 of C-5) Option I: 14 EA (12 of Standard and 2 of C-5) Option II: 14 EA (12 of Standard and 2 of C-5) Option III: 14 EA (12 of Standard and 2 of C-5) Option IV: 14 EA (12 of Standard and 2 of C-5) Option V: 14 EA (12 of Standard and 2 of C-5) Optional Accessories: Air Conditioning Winterization ULSD (For Standard Version Only) Rust Proofing The successful offeror shall be required to complete 1 pre-production unit of the Standard Staircase Truck and 1 pre-production unit of the C-5 Staircase Truck in the basic contract period, subject to required tests in accordance with the Commercial Item Description (CID)s prepared for this acquisition. Required tests will be identified in the test procedures and the test/inspection report, which the contractor shall prepare for program engineer approval. Other examples of mandatory data items are a technical report-study service (Service Bulletin), technical report-study service (Welding Procedures), and technical manuals. The Government anticipates a split award based on a best value award decision. Offerors may propose to one subset of trucks or to both subsets. The subsets are defined as follows: (a) Standard Model Staircase Truck (b) C-5 Model Staircase Truck One offeror could be awarded the entire effort including the Standard Staircase Truck subset and the C-5 Model Staircase Truck subset or one contract could be awarded for the Standard Staircase Truck subset and another for the C-5 Model Staircase Truck subset. Delivery requirements will be 210 days ARO for the first article units and 180 days ARO for the production units. Destinations for these units will be CONUS and OCONUS Air Force and DoD installations. FAR Part 12 and FAR Part 15 procedures will be utilized. Offerors shall prepare their proposals in accordance with mandatory, explicit, and detailed instruction contained in the RFP. This acquisition will utilize the tradeoff source selection process wherein a tradeoff between non-cost factors and cost/price is permitted in order for the Government to make a best-value award decision. For those offerors whose proposals are found to be technically acceptable, tradeoffs will be made among past and present performance and cost/price. Past and present performance is considered to be approximately equal to cost/price. The Government will evaluate proposals and make award in accordance with the "Evaluation Basis for Award" provision in the RFP. It is anticipated that the RFP will be released on or around 15 Aug 2012 and anticipated contract award on or around 31 Dec 2012. The RFP will be posted to the Federal Business Opportunities webpage. This acquisition will be set-aside 100% for small business only. All responsible small business sources may submit a proposal, which shall be considered by the agency. Interested offerors may notify the POCs listed below for any additional questions. NO TELEPHONE QUESTIONS. Offerors are encouraged to register to receive notification for solicitation and all amendments/revisions and to check FEDBIZOPPS site prior to submission of their proposal. This notification should contain the Company Name, Address, Point of Contact, CAGE, and Size of Business pursuant to the North American Industry Classification System (NAICS) 333924.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/WRALC/FA8533-12-R-31169/listing.html)
 
Record
SN02889881-W 20120921/120920001006-fcdc5d9567b1ce28343a8e54b36d3170 (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.