Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JANUARY 14, 2021 SAM #6986
SOLICITATION NOTICE

17 -- SEV STRATEGIC REPLENISHMENT CONTRACT

Notice Date
1/12/2021 11:10:28 AM
 
Notice Type
Presolicitation
 
NAICS
336413 — Other Aircraft Parts and Auxiliary Equipment Manufacturing
 
Contracting Office
FA8532 AFLCMC WNKAA ROBINS AFB GA 31098-1670 USA
 
ZIP Code
31098-1670
 
Solicitation Number
FA8532-20-R-0004
 
Response Due
2/18/2021 12:30:00 PM
 
Archive Date
08/28/2021
 
Point of Contact
Erica Carter, Phone: 4789262037, Reid Sawyer, Phone: 4782221896
 
E-Mail Address
erica.carter.3@us.af.mil, reid.sawyer@us.af.mil
(erica.carter.3@us.af.mil, reid.sawyer@us.af.mil)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
NOTICE: The RFP Number for this acquisition has been UPDATED�due to the FY.� The new RFP number is FA8532-21-R-0004.� This synopsis is a notice of intent that Support Equipment and Vehicles Division at Robins AFB, Georgia (AFLCMC/WNKAA) anticipates issuing a Request for Proposal (RFP) for a Firm Fixed Price, Indefinite Delivery Indefinite Quantity (IDIQ) Multiple Award Contract for the Strategic Replenishment Contract (SRC) Acquisition for the sourcing, acquisition, and delivery a broad range of ground and aircraft common support equipment (CSE) end items. Three (3) separate groups of awardees are anticipated; allowing an offeror to propose to either Group A, or Group B, or Group C or any combination of Groups A, B, and C.�� The duration of the contract will be 10 years total to include a Basic contract period of one (1) year and ten (10) additional 12 month ordering periods. The period of performance will be for a total of ten (10) years and include a basic contract period of 12 months and nine (9) ordering periods of 12 months each.� This acquisition will be set aside for small business. The successful offerors (contractors) shall source, acquire, and delivery a broad range of ground and aircraft common support equipment (CSE) end items.� The SRC requirement includes approximately 500 national stock numbers (NSNs) from a subset of approximately 60 federal stock classes (FSCs) in support of the Air Force (AF), Foreign Military Sales (FMS), Air National Guard (ANG), AF Reserve, as well as other services.� A descriptive range of the assets involved consists of but is not limited to aerial stores lift trucks, aircraft engine trailers, air conditioners and heaters, base and aircraft arresting systems, basic expeditionary airfield resources, cranes, dollies, lift-adapters, and various electronic and mechanical aircraft maintenance testers.� NSNs included (see Attachment 1) are replenishments for existing capabilities and do not constitute new start programs.� The contractor shall perform these functions from the currently approved/qualified sources of supply as provided by the Government. NSNs with one or multiple approved sources of supply as well as those not procured in the recent years are included in the SRCs.� The contract also requires the SRC contractors to provide incidental services that include, but are not limited to, the following: Managing vendors to ensure they meet performance and quality requirements, to include providing warranties; Managing vendors to ensure on time delivery; establish and utilize a means to facilitate the electronic exchange of contract, order, shipping, cataloging, and vendor information for all included items; Provide Technical Orders in certain instances, upon Government request. A Statement of Work (SOW) will be provided as part of the RFP package along with various mandatory data deliverables such as Test Plans and Test Reports. Foreign Companies will not be permitted to participate in the competition.� Orders may require access to Technical Data that is Export Controlled Data. In order to access Export Controlled Data, Vendors must be registered in beta.SAM.gov, CCR, JCP and be approved for export control document access. FAR Parts 12 and 15 procedures will be utilized. Offerors shall prepare their proposals in accordance with mandatory, explicit, and detailed instruction contained in the RFP. This acquisition will utilize Technically Acceptable source selection procedures in accordance with FAR 15.101-2 and 15.3 as supplemented by the DoD Source Selection Procedures referenced in DFARS 215.300 and the AFFARS Mandatory Procedures 5315.3 to make an integrated assessment for a best value award decision. The Government intends to award multiple contracts as a result of this solicitation.� The Government will not be liable for costs incurred by offeror(s).� It is anticipated that a draft solicitation will be issued at the end of August 2020.� It is anticipated that the RFP will be released on or around 23 September 2020 and anticipated award in the May �June 2021 timeframe.� Solicitation Number: FA8532-20-R-0004.� Information in this announcement relative to line items is tentative and is subject to change in the final solicitation document that is published on beta.SAM.gov. Interested offerors may notify the POCs listed below for any additional questions. NO TELEPHONE QUESTIONS. Offerors are encouraged to register to receive notification for solicitation and all amendments/revisions and to check beta.SAM.gov site prior to submission of their proposal. UPDATE:� DRAFT RFP ADDED 31 AUG 2020 Items with complete or partial Technical Data Packages will be identified at the individual order level.� Cost/Price evaluation will occur on each individual order. 3 Sep 2020 Update:� Q&As uploaded as an attachment. 18 Sep 2020 - Q&As uploaded via�file title 18 Sep 2020 SRC Questions and Answers Posted to beta.SAM.pdf 25 Sep 2020 - Q&As uploaded via file titled Questions and Answers 25 Sep 2020� 5 Nov 2020� UPDATES - An new�listing of contractor's questions and the Government's responses has been uploaded as an attachment titled ""Questions and Answers 5 Nov 2020.""� The current estimated RFP release date is 30 Nov 2020.� The�RFP response date�will be 30 days after the formal RFP is released. The RFP Number for this acquisition has been UPDATED�due to the FY.� The new RFP number is FA8532-21-R-0004.�� PPI cannot be uploaded at this time due to unsupported file format.� Please contact POCs on this announcement and PPI will be provided via DoD SAFE.�� 3 Dec 2020 - RFP release date has been delayed.� The Government is anticipating an RFP release date this calendar year. 11 Jan�2021-�It is anticipated that the RFP will be released NLT 19�January�2021.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/23c5fbfa19124335b17d474607a89fdc/view)
 
Place of Performance
Address: USA
Country: USA
 
Record
SN05890178-F 20210114/210112230110 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  © 1994-2020, Loren Data Corp.