Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF OCTOBER 16, 2016 FBO #5441
SOLICITATION NOTICE

10 -- GAU-2C Housing Assembly

Notice Date
10/14/2016
 
Notice Type
Presolicitation
 
NAICS
332994 — Small Arms, Ordnance, and Ordnance Accessories 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
FA8554-16-R-0003
 
Archive Date
12/16/2016
 
Point of Contact
Victor Henderson, Phone: (478) 926-3425, Virginia Clopton Elliott,
 
E-Mail Address
victor.henderson.2@us.af.mil, virginia.elliott.1@us.af.mil
(victor.henderson.2@us.af.mil, virginia.elliott.1@us.af.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
This requirement is for a firm-fixed price contract with 4 option years for a GAU-2C Housing Assembly. This acquisition is for NSN: 1005-00-919-3921, part number: 65F9774. The function of the Housing Assembly is to provide a housing for the gun and bearing surfaces for the rotor assembly. General characteristics of the item are as follows: approximate length - 10", approximate width - 5", approximate height - 5", approximate weight - 5 lbs, item material - steel. The Government intends to award a five year firm fixed price (FFP), Indefinite Delivery Indefinite Quantity (IDIQ) contract IAW FAR 16.504. FAR Part 15 procedures will be utilized. This acquisition will be set aside 100% for small businesses. This requirement will require a First Article (FA). All technical requirements for first article approval tests will be included in the RFP. The RFP will contain information on the conditions that must be met to qualify for a FA waiver. Two (2) FA's are required (one (1) expendable and one (1) added to Production. The basic production quantity is 29 EA. The requirement also includes 4 out-year ordering periods with a quantity of 1 - 30 EA. Offerors shall prepare their proposals in accordance with mandatory, explicit and detailed instructions contained in the RFP. Potential suppliers must satisfy engineering configuration control authority requirements established in the Pre-Qualification Statement and possess a Federal Firearms License (FFL). All responsible sources may submit a bid, proposal, or quotation which shall be considered by the agency. The Government will evaluate proposals and make award in accordance with the evaluation criteria stated in the RFP. It is anticipated that the RFP will be released on or around 31 October 2016. The RFP will be posted to the Federal Business Opportunities web page ( http://www.fbo.gov/ ). The technical data required to respond to the RFP may be obtained through a link that will be provided on the RFP posting on Federal Business Opportunities at the time the RFP is posted. NO HARD COPIES WILL BE PROVIDED. The technical data is export controlled; therefore, only businesses that have been certified by the Department of Defense, United States/Canada Joint Certification Office, and have a valid requirement may access the data. To obtain certification, contact: Commander, Defense Logistics Information Services (DLIS), ATTN: U.S./Canada Joint Certification Office, 74 Washington Avenue North, Battle Creek, MI 49017-3084 or call the DLIS at (800)352-3572. The DLIS United States/Canada Joint Certification Lookup service is available via the Internet at:http://www.dlis.dla.mil/JCP. All questions regarding the RFP and/or the data packages must be submitted in writing to victor.henderson.2@us.af.mil. NO TELEPHONIC QUESTIONS. All questions and answers will be uploaded to https://www.fbo.gov/. However, the identity of the potential offeror will not be included. Offerors are encouraged to register to receive notification for solicitation and all amendments/revisions and to check the FEDBIZOPPS site prior to submission of proposal.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/WRALC/FA8554-16-R-0003/listing.html)
 
Record
SN04304993-W 20161016/161014234139-650bc369265645a9a4f2c1121d847479 (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.