MODIFICATION
17 -- Class A Truck Mounted Deicers and Class B Extended Reach Deicers - Amendment 2 - Q&A
- Notice Date
- 12/18/2013
- Notice Type
- Modification/Amendment
- NAICS
- 336120
— Heavy Duty Truck Manufacturing
- Contracting Office
- Department of the Air Force, Air Force Materiel Command, PK/PZ - Robins AFB, 215 Page Rd, Robins AFB, Georgia, 31098-1611, United States
- ZIP Code
- 31098-1611
- Solicitation Number
- FA8533-14-R-31803
- Point of Contact
- Brian L. Layfield, Phone: (478)222-1955, Patricia (Lauren) L Farrell, Phone: (478)222-1906
- E-Mail Address
-
brian.layfield@robins.af.mil, Lauren.Farrell@robins.af.mil
(brian.layfield@robins.af.mil, Lauren.Farrell@robins.af.mil)
- Small Business Set-Aside
- N/A
- Description
- Q&A 18 Dec 2013 Revision 1 to CID A-A-59145B Amendment 0002 ***Amendment 0002 is now posted to incorporate Revision 1 to the CID. Also Q&As are posted for 18 December 2013.*** ***Amendment 0001 is now posted to extend the date of receipt of proposals. Proposals are now due on 16 January 2014, at 12:00 PM EST.*** ***The solicitation is now posted with the attachments. Proposals are due on 03 January 2014, at 12:00 PM EST.*** This is a pre-solicitation notice. Anticipated release of the RFP is 02 Dec 2013. The AFLCMC/WNKBBB Contracting Office at Robins AFB, GA, has a requirement for Truck Mounted and Extended Reach Deicers, NSN 1730-00-555-6205YW (Truck Mounted) and 1730-01-495-5449YW (Extended Reach)(these are generic NSNs used for solicitation purposes only). These deicers are chassis mounted, diesel powered, spraying units, which are capable of deicing, anti-icing, cleaning and decontaminating the entire range of airframes in the U.S. Air Force's inventory. The Class A Truck Mounted can be used to deice, anti-ice, and clean all aircraft, except for the upper tail sections of the C-5 and C-17 airframes. The Class B Extended Reach is used to reach the upper tail sections of the C-5 and C-17. Various Equipment such as the Variable Blending System and Single Operator Drive capability will be included in the RFP and resultant contract and will be established as option line items, i.e. the Government will ordered as needed. The RFP and resultant contract will include a requirement for commissioning to be completed by the contractor at delivery locations. It will also be established as an option line item, i.e. the Government will order commissioning as needed. The Government intends to award a six-year, firm fixed price, Requirements Contract with Best Estimated Quantities (BEQs). The RFP and resultant contract will be structured with one basic contract period of 24 months and four annual option periods and will be 100% small business set-aside. The best estimated quantities (BEQs) are as follows: Basic Period: 1 Preproduction Unit of each type, 11 EA Class A production units, 5 EA Class B production units Option I: 9 EA Class A, 4 EA Class B Option II: 11 EA Class A, 4 EA Class B Option III: 10 EA Class A, 4 EA Class B Option IV: 10 EA Class A, 4 EA Class B Preproduction units will be required for each NSN. A Commercial Item Description (CID) and Statement of Work will be provided as parts of the RFP package along with various mandatory data deliverables such Test Procedures and Test Reports. Foreign Companies will not be permitted to participate in the competition. Delivery Requirements will be 270 calendar days after effective date of order for the preproduction units and 180 calendar days after effective date of order for the first 7 (seven) production units with subsequent production unit orders delivering at a rate of 7 units per 30 day period, dependent upon the quantity ordered. FAR Part 12 and 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. Tradeoffs will be made between 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 one award to include both types of deicers in accordance with the "Evaluation Basis of Award" provision in the RFP. Offerors shall propose to every line item in the Schedule of the RFP. 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.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/WRALC/FA8533-14-R-31803/listing.html)
- Record
- SN03254272-W 20131220/131218235202-e8ed7f7460155900c229441fcb4877d9 (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 |