SOLICITATION NOTICE
J -- Repair, Refurbishment, and/or Relocation of USAF Noise Suppressors (commonly known as Hush Houses)
- Notice Date
- 9/25/2017
- Notice Type
- Presolicitation
- NAICS
- 811310
— Commercial and Industrial Machinery and Equipment (except Automotive and Electronic) Repair and Maintenance
- 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
- FA8534-17-R-0007
- Point of Contact
- Kevin P. Beck, Phone: 4782221921
- E-Mail Address
-
kevin.beck.8@us.af.mil
(kevin.beck.8@us.af.mil)
- Small Business Set-Aside
- N/A
- Description
- This requirement is for the repair, refurbishment, and/or relocation of United States Air Force (USAF) Noise Suppressors (commonly known as Hush Houses). Work will encompass the following Noise Suppressors: A-18 (NSN 4920-00-431-4246), T-4 (NSN 4920 -00-005-8502), T-9 (NSN 4920-01-082-1095), T-10 (NSN 4920-01-127-4640), T-11 (NSN 4920-01-070-2721), T-12 (NSN 4920-01-286-8681) and T-10 Enclosure for T-56 Engines (NSN 4920-01-590-2905). The work will require delivery of Technical Orders (T.O.) and Technical Data Packages (T.D.P.) to the Government. Performance will require the contractor to conduct mechanical, electrical and all other types of repairs and installations on 127 USAF Noise Suppressors systems worldwide to maintain complete operational capability. Noise Suppressor repairs shall be accomplished on location. Refurbishment if required, may be accomplished off-site and installed (or reinstalled) at required location. The requirement will be competed on a full and open basis. The North American Industry Classification System (NAICS) code for this project is 811310 - Commercial and Industrial Machinery and Equipment (except Automotive and Electronic) Repair and Maintenance. The Small Business Size Standard is $7,500,000.00 in average annual receipts. The government intends to issue a Request for Proposal (RFP) on or about 20 Oct 2017; however, the government reserves the right to adjust the posting date as needed. All updates to the RFP release date will be posted to www.fbo.gov under the pre-solicitation notice. The RFP will result in the single award of a possible eight (8.5) year Indefinite Delivery/Indefinite Quantity (IDIQ) contract with a five (5) year basic ordering period and three (3) one (1) year option ordering periods (FAR 52.217-9), plus an option to extend services (FAR 52.217-8) six (6) additional months. The contract will consist mostly of firm fixed priced (FFP) contract line items but will include cost reimbursement - no fee (CRNF) line items for travel. Offerors are reminded that they can review the draft RFP, and all draft RFP amendments, posted to www.fbo.gov under https://www.fbo.gov/index?s=opportunity&mode=form&id=dba783383693b8e49ddfb0334d0029a7&tab=core&_cview=1.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/WRALC/FA8534-17-R-0007/listing.html)
- Record
- SN04692462-W 20170927/170925231254-41cea196f87b2f603cf5b18d80d9427f (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 |