Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JULY 23, 2021 SAM #7174
SOLICITATION NOTICE

38 -- Rapid Explosive Hazard Mitigation (REHM) Large Clearance Blade Assembly (L-CBA)

Notice Date
7/21/2021 3:46:12 AM
 
Notice Type
Presolicitation
 
NAICS
333120 — Construction Machinery Manufacturing
 
Contracting Office
FA8051 772 ESS PKD TYNDALL AFB FL 32403-5322 USA
 
ZIP Code
32403-5322
 
Solicitation Number
FA805121R3010
 
Response Due
7/28/2021 2:00:00 PM
 
Archive Date
08/12/2021
 
Point of Contact
Whitney Gaither, Bryant Soule
 
E-Mail Address
Whitney.Gaither@us.af.mil, Bryant.Soule@us.af.mil
(Whitney.Gaither@us.af.mil, Bryant.Soule@us.af.mil)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
21 JULY 2021 A DRAFT REQUEST FOR PROPOSAL HAS BEEN POSTED FOR INDUSTRY COMMENT.� PLEASE PROVIDE QUESTIONS OR COMMENTS VIA EMAIL TO THE POINTS OF CONTACT AND�BY�THE RESOPONSE TIME LISTED IN THIS NOTICE. THIS IS A PRE-SOLICITATION NOTICE FOR PLANNING PURPOSES ONLY.� PLEASE DO NOT SUBMIT A PROPOSAL. This Pre-Solicitation Notice is being issued for the purpose of advising potential Offerors of the United States Air Force (USAF) requirement for the production of REHM L-CBA�s. This requirement is to allow AFCEC to return airfields back to serviceable condition after an enemy attack. One part of the recovery effort is to remove all unexploded ordnance from the airfield quickly and safely so that repair crews can fix any damage. The Explosive Ordnance Disposal (EOD) Career Field is responsible for the clearance of ordnance and requires specialized tools and techniques to accomplish this task. The L-CBA is required to push ordnance off airfield surfaces using an Armored Front End Loader.� AFCEC/CXA has designed and tested an effective blueprint for this capability. This also has the potential to extend to other agencies within the Department of Defense. The intent is to award a five (5) year Indefinite Delivery/Indefinite Quantity (ID/IQ)�contract to procure production of approximately 100 L-CBAs built to government specifications and shipped to specified locations.� Actual contract quantities may be more or less based on the approved contract celing of $24M. This effort is a validated FY21 requirement; with funds currently available. However, the Government reserves the right to cancel this requirement at any time. Should the Air Force determine to proceed with this requirement, it will be processed using�Lowest Price Technically Acceptable (LPTA) 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 and will result in a Firm Fixed Price (FFP) single award ID/IQ. The requirement will be issued as Total Small Business Set-Aside. The North American Industry Classification System (NAICS) Code will be 333120 Construction Machinery Manufacturing. The small business size standard for this NAICS is 1,250 employees. ORGANIZATIONAL CONFLICT OF INTEREST (OCI): An organizational conflict of interest may result when factors create an actual or potential conflict of interest on a contract, or where the nature of the work to be performed on the contract creates an actual or potential conflict of interest on a future acquisition. Some restrictions may apply to your firm under the proposed future action. In accordance with the parameters set forth in FAR Subpart 9.5, the Contracting Officer must ensure that there are no conflicting roles that might bias a contractor's judgment and must ensure that an OCI does not give rise to an unfair competitive advantage. Please keep in mind OCI or potential OCI issues your firm (including all subsidiaries, legacy companies, teaming partners, and subcontractors) may have with respect to the scope of effort at these sites. In order to avoid an OCI, Torch Technologies, KT Consulting, Inc, Dawson Technical, LLC are excluded from competition as they provided support in the development of the requirements. A formal solicitation will be finalized and posted to http://beta.sam.gov on or about 30 July 2021 with responses due approximately 30 days later. NOTE:� In order to receive a contract award, if issued, the successful offeror must be actively registered in and have their Online Representations and Certifications completed in the System for Acquisition Management (SAM) - www.SAM.gov.� Offerors must also be actively registered in Wide Area Workflow (WAWF) - https://piee.eb.mil.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/f8e9fd64ebde4cf5847806e2cba0fd77/view)
 
Place of Performance
Address: Tyndall AFB, FL 32403, USA
Zip Code: 32403
Country: USA
 
Record
SN06068938-F 20210723/210721230130 (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.