SOLICITATION NOTICE
24 -- Flight Line Tow Tractor
- Notice Date
- 3/25/2015
- Notice Type
- Presolicitation
- NAICS
- 336112
— Light Truck and Utility Vehicle 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
- FA8533-15-R-90268
- Point of Contact
- Kevin Beck, Phone: 478-222-1921, Patricia (Lauren) L Farrell, Phone: (478)222-1906
- E-Mail Address
-
kevin.beck@robins.af.mil, patricia.farrell@us.af.mil
(kevin.beck@robins.af.mil, patricia.farrell@us.af.mil)
- Small Business Set-Aside
- N/A
- Description
- This requirement is for a 6-year, Firm-Fixed Price, Requirements-type Indefinite-Delivery contract for the procurement of Flight Line Tow Tractors (FLTT), 4x2, Generic NSN: 1740-01-068-8945YW and Flight Line Tow Tractors (FLTT), 4x4, Generic NSN: 1740-01-452-4117YW, which are used to tow Aircraft Ground Equipment (AGE) and munitions trailers weighing up to 40,000 pounds and military aircraft weighing up to 70,000 pounds on grades up to 2.5% on asphalt or concrete surfaces. FLTTs will be in two-wheel or four-wheel drive variants. The FLTTs shall be produced in accordance with a detailed Commercial Item Description and Statement of Work. The requirement will consist of one basic period of 12 months and 5 annual options. No minimum or maximum order amounts will established. The anticipated Best Estimated Quantities (BEQs) are as follows (these BEQs are subject to change in the final RFP): NSN 1740-01-068-8945YW Pre-production Qty: 1 EA Basic Production Qty: BEQ 10 EA Option I Qty: BEQ 16 EA Option II Qty: BEQ 27 EA Option III Qty: BEQ 16 EA Option IV Qty: BEQ 7 EA Option V Qty: BEQ 7 EA NSN 1740-01-452-4117YW Basic Production Qty: BEQ 2 EA Option I Qty: BEQ 2 EA Option II Qty: BEQ 2 EA Option III Qty: BEQ 15 EA Option IV Qty: BEQ 2 E; Option V Qty: BEQ 2 EA In addition to FLTT units, the successful offeror will be required to provide the following deliverables as specified in the RFP: Test Procedures, Pre-Production Test/Inspection Report, Technical Report Study/Services and Technical Manual Contract Requirements. The proposed contract action is a 100% small business set-aside. FAR Part 12 and FAR Part 15 procedures will be utilized with pre-production unit testing required. The RFP will be release on or about 17 April 2015. Note: This pre-solicitation was originally posted on 10 Mar 2015 but was inadvertently removed due to technical issues. Re-posting will not affect the anticipated RFP release date. The RFP will advise interested sources of the requirements for proposal preparation, and will describe the Government's acquisition methodology for a best value award decision. As this requirement has been set-aside 100% for small business competition, no foreign companies will be permitted to participate in the competition.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/WRALC/FA8533-15-R-90268/listing.html)
- Record
- SN03679424-W 20150327/150325235900-598c9e5cb3547e0a04ee2276d6e25d2b (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 |