Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF FEBRUARY 12, 2016 FBO #5194
SOLICITATION NOTICE

66 -- Dynamometer

Notice Date
2/10/2016
 
Notice Type
Presolicitation
 
NAICS
334519 — Other Measuring and Controlling Device Manufacturing
 
Contracting Office
Department of the Air Force, Air Force Materiel Command, AFTC/PZZ - Eglin, 102 W D Ave, Bldg 11, Ste 202, Eglin AFB, Florida, 32542, United States
 
ZIP Code
32542
 
Solicitation Number
FA2486-16-R-0009
 
Point of Contact
Jonathan A. Heitkam, Phone: 5755721245, Julie Miller, Phone: 575-572-1244
 
E-Mail Address
jonathan.heitkam.2@us.af.mil, julie.miller.4@us.af.mil
(jonathan.heitkam.2@us.af.mil, julie.miller.4@us.af.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
The 96th Test Group, Holloman Air Force Base (AFB), New Mexico, intends to solicit, negotiate and award a requirement for a Dynamometer capable of meeting the Key Performance Parameters (KPPs) listed in Attachment 1 of this notice. The Dynamometer will be used to support missions at the Landing Gear Test Facility (LGTF), 96 TG/OL-AC, Wright-Paterson AFB, Ohio. The final requirements are still in review, and will be finalized prior to issuance of a solicitation. All information included in this posting is tentative. The Contractor shall refurbish or deliver a Dynamometer capable of meeting the KPPs and specifications listed in Attachment 1 of this notice. The acquisition is tentatively set-aside for Small Businesses. The NAICS is 334519, Other Measuring and Controlling Device Manufacturers. The Product Service Code is 6695, Combination and Miscellaneous Instruments. Delivery will be expected within 790 days after award. Any resulting contract will be Firm-Fixed Price. Procedures within FAR Parts 15 and 19 will be used including trade-offs between technical, past performance and price. The following is the anticipated CLIN Structure: 0001 Dynamometer, Engineering, Fabrication and Installation Description: The Contractor must deliver and install a dynamometer meeting or exceeding the thresholds listed in the KPPs through new installation or refurbishment. The Contractor will be responsible for all items necessary for the installation of the dynamometer. 0002 Construction, Foundation replacement/repair, Abatement Description: The Contractor must perform all actions necessary to ensure the foundation can support and sustain the weight, vibrations, and pressures exerted by the provided dynamometer. If the awarded solution includes refurbishment or Government Furnished Property (GFP), the Contractor is responsible for all applicable abatement to ensure the installed system meets current federal, state and local regulations. 0003 Training and Documentation Description: The Contractor must provide training in operation, calibration and maintenance to include all applicable manuals. Documentation shall consist of data such as engineering drawings, range (minimum and maximum) capabilities of the systems and subsystems, position and load limitations, FEA results, design drawings, stress analysis, maintenance and instruction manuals, and recommended spares. 0004 Software License Description: The Contractor shall provide a license for the operational software for Government use. This will include source code and compilers, and compiled executables. 1001 Optional Camber Capability Description: The Contractor shall provide the capability of camber motion that allows for ±20.0 degrees of camber motion, control within 0.1 degrees of target camber at a rate of 5 degrees per second, less than 0.1 degree overshoot at any camber rate, and closed loop control about camber angle. Prospective offerors must be registered in the System for Award Management (SAM) at www.sam.gov. A DRAFT solicitation package will be posted on the Federal Business Opportunities (FBO) website on or about 12 Feb 2016. The formal solicitation will be posted to this notice on FBO about 8 Mar 2016. A Pre-solicitation Conference will be held on 19 Feb 2016 starting at 8:30 am EST, at the Lobbestael Conference Room, Building 32, Area B, Wright-Patterson Air Force Base, Ohio. The pre-solicitation conference has been established for cross talk between the USAF and Industry to provide access to view the existing Dynamometer, and provide comments on the DRAFT RFP. A map to the location is attached to this notice. If changes to the base pass are necessary, or passes are not available prior to the event due to backlog, participants are encouraged to arrive at the Visitor Center no later than 7:30 am to allow for processing time. Participants are requested to arrive at Building 32 for check-in not later than 8:15 am to ensure the conference starts on time. Interested vendors are requested to review the information located on the FedBizOpps website prior to the conference as information will be updated as necessary. Submit any known questions in advance to the Contracting Officer, Jonathan Heitkam, listed below. These questions and those brought up during the conference will be posted to FedBizOpps after the event. The conference is open to all interested parties. We are asking that no more than four representatives from any one vendor be present in the conference room due to limited space. Attendance is strictly voluntary. The Government will not pay for any information or costs associated with travel. All companies interested in attending the pre-solicitation conference must provide the following information for each attendee: 1. Visitor's name exactly as it appears on their driver's license/identification card 2. Full driver's license/identification card number and state of issue 3. A valid e-mail address 4. Citizenship 5. Company affiliation 6. Phone number Provide this information by e-mail to martin.vogel@us.af.mil and jonathan.heitkam.2@us.af.mil no later than 10:00 am EST, Tuesday, 16 Feb 2016. If you are a foreign citizen or employee of a foreign owned company, you must provide this information no later than 10:00 am, Friday, 12 Feb 2016, to ensure all background checks are complete prior to the conference. Once background checks are complete, an e-mail will be sent including a visitor pass. On 19 Feb 2015, attendees will need their identification and visitor pass in order to access the area. Companies are requested to provide a complete list of attendees to the Contracting Officer, Jonathan Heitkam, at jonathan.heitkam.2@us.af.mil, AND the local POC, Marty Vogel, at martin.vogel@us.af.mil, no later than 1:00pm, Thursday, 18 Feb 2016. Please include company address and CAGE Code. This will be used to verify all pass requests have been received, develop at roster of all participants, and ensure enough seating/space is available.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/f4f0b5b8ab0d0a5191d7e2f2289189d3)
 
Place of Performance
Address: Landing Gear Test Facility, Area B, Wright-Paterson AFB, Ohio, 45433, United States
Zip Code: 45433
 
Record
SN04016084-W 20160212/160210234249-f4f0b5b8ab0d0a5191d7e2f2289189d3 (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.