SOLICITATION NOTICE
36 -- 3K/6K Gallon Liquid Oxygen/Liquid Nitrogen Storage Tanks
- Notice Date
- 4/1/2015
- Notice Type
- Presolicitation
- NAICS
- 332420
— Metal Tank (Heavy Gauge) 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-90162
- Point of Contact
- Kevin Beck, Phone: 478-222-1921, Patricia (Lauren) L Farrell, Phone: (478)222-1906
- E-Mail Address
-
kevin.beck.8@us.af.mil, patricia.farrell@us.af.mil
(kevin.beck.8@us.af.mil, patricia.farrell@us.af.mil)
- Small Business Set-Aside
- N/A
- Description
- This requirement is for a Firm-Fixed Price, Requirements-type Indefinite-Delivery contract for the procurement of 3,000 and 6,000 Gallon Liquid Oxygen (LOX) and Liquid Nitrogen (LIN) Storage Tanks. These tanks are designed to receive, store, and deliver industrial gases in liquid form. Tanks are operated at a sufficiently high pressure to provide flow of liquid at the desired flow rate. The storage tank units are comprised of a tank, piping, safety devices, and gages. The quantities include requirements for both the USAF and Foreign Military Sales customers. Tanks shall be produced in accordance with a detailed Commercial Item Description and Statement of Work. This acquisition is for the following generic NSNs: NSN 3655-01-353-6699RN, 3K Gallon LOX Storage Tank NSN 3655-01-353-6700RN, 6K Gallon LOX Storage Tank NSN 3655-01-353-6701RN, 3K Gallon LIN Storage Tank NSN 3655-01-353-6702RN, 6K Gallon LIN Storage Tank The basic period of performance will be one year, with four one year 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): Basic Opt I Opt II Opt III Opt IV 3K LOX 7 7 7 7 7 6K LOX 4 4 4 4 4 3K LIN 3 3 3 3 3 6K LIN 2 2 2 2 2 In addition to storage tank 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 posted on or about 30 April 2015. 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-90162/listing.html)
- Record
- SN03686103-W 20150403/150401235404-d195e5b6df2646262670b0bc281a1d5e (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 |