Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF AUGUST 08, 2021 SAM #7190
SOLICITATION NOTICE

61 -- Ground Power Modernization

Notice Date
8/6/2021 9:08:39 AM
 
Notice Type
Presolicitation
 
NAICS
335312 — Motor and Generator Manufacturing
 
Contracting Office
FA8532 AFLCMC WNKAA ROBINS AFB GA 31098-1670 USA
 
ZIP Code
31098-1670
 
Solicitation Number
FA8532-21-R-0011
 
Response Due
11/30/2021 2:00:00 PM
 
Archive Date
12/31/2021
 
Point of Contact
Brandi Owens, Phone: 478-222-1910, Reid Sawyer, Phone: 478-222-1896
 
E-Mail Address
brandi.owens@us.af.mil, reid.sawyer@us.af.mil
(brandi.owens@us.af.mil, reid.sawyer@us.af.mil)
 
Small Business Set-Aside
SBP Partial Small Business Set-Aside (FAR 19.5)
 
Description
This synopsis is a notice of intent that the Support Equipment and Vehicles Division at Robins AFB, Georgia (AFLCMC/WNKAA) anticipates issuing a Request for Proposal (RFP) for Firm-Fixed Price (FFP)/Cost Reimbursement-No Fee (CRNF), Indefinite-Delivery/Indefinite-Quantity (IDIQ) Multiple Award Contracts for the 72kW Ground Power Unit (GPU) (NSN 6115-01-694-4410 ID), 144 kW GPU (NSN 6115-01-694-4413 ID), and the 144 kW Universal Load Bank (ULB) (NSN 6150-01-695-3297 RN). Two (2) separate groups of awardees are anticipated, with no more than one contract awarded for each group.� The group delineated as �Group A� shall be comprised of all three aforementioned end items, consolidated and awarded within one contract on a full and open competition basis. The group delineated as �Group B� shall be comprised of the 72 kW GPU end item only, awarded on a small business set aside basis.� The duration of the contracts will be for a total of ten (10) years.� The contracts will consist of one 36-month/three-year basic period and seven, one-year ordering years. The contracts will contain two ordering periods with one option. Ordering Period I will consist of the Basic and Ordering Years I-II. Option I will consist of Ordering Period II, comprising Ordering Years III-VII. The total quantities are as follows: 2928 for the 72 kW GPU, 250 for the 144 kW GPU, and 300 for the 144 kW ULB. This acquisition will be partially set aside for small business�specifically, the �Group B� requirements/contract shall be competed and awarded as a small business set aside. The 72kW GPU shall provide 115/200 and 230/400 volts alternating current (VAC), 400 Hertz (Hz), 28.5 volts direct current (VDC), and 270 VDC external ground power for United States Air Force (USAF) aircraft, capable of providing power to both manned and unmanned attack, bomber, cargo, fighter, general purpose, refueler, specialized, and trainer rotary and fixed wing air vehicles for various ground-based maintenance activities. The 144 kW GPU shall provide 115/200 VAC, 400 Hz, 28.5 VDC, and 270 VDC external ground power for USAF aircraft, capable of providing power to both manned and unmanned attack, bomber, cargo, fighter, general purpose, refueler, specialized, and trainer rotary and fixed wing air vehicles for various ground-based maintenance activities. The 144 kW ULB is used as a mobile test set for periodic maintenance and troubleshooting of United States Air Force (USAF) flightline generator sets including the 72 kW GPU and 144 kW GPU, motor generators, solid-state frequency converters, solid-state direct current (DC) power supplies, and manned bomber fixed wing air vehicles on-board alternating current (AC) generators. A Statement of Work (SOW), Purchase Descriptions (PDs), and various mandatory data deliverable requirements (such as test plans, test reports, design analyses, etc.) will be provided as part of the RFP package.� The RFP and resultant contracts 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.� Should issues arise with beta.SAM access, DoD SAFE transmittal may be used as a backup method to avoid excessive delays. FAR part 15 procedures will be utilized. The successful offerors shall be required to complete first article units subject to required tests in accordance with the PDs prepared for this acquisition. Required tests will be identified in the test procedures and the test/inspection report, which the contractor shall prepare for program engineer approval. This requirement will also include data such as technical manuals, corrosion prevention and control plan, system safety program plan, training materials, etc. Additionally, Developmental Testing and Evaluation (DT&E), Operational Testing and Evaluation (OT&E), environmental, mobility, and reliability testing will be part of the required testing for this program. Offerors shall prepare their proposals in accordance with mandatory, explicit, and detailed instruction contained in the RFP. The Government will utilize the Technically Acceptability, Performance Price Trade-off (TAPPT) and will evaluate proposals and make award in accordance with the Evaluation Basis for Award provision in the RFP. It is anticipated that the RFP will be released on or around 26 October 2021 and anticipated award on or around 26 September 2022. The RFP will be posted to beta.SAM.gov. All responsible sources may submit a proposal, in accordance with any set aside restrictions applicable to the specific portion being proposed to, which shall be considered by the agency.� Foreign companies shall not be permitted to participate in the competition. Previous beta.SAM postings regarding this effort can be found by searching FA8532-21-R-72GPU.� Upon release of the formal RFP, the previous posting(s) will be archived. Interested vendors may notify Brandi Owens, email: brandi.owens@us.af.mil, and Reid Sawyer, email: reid.sawyer@us.af.mil. This notification should contain Company Name, Address, Point of Contact, CAGE, Size of Business pursuant to North American Industry Classification System (NAICS) 335312 (1,250 employees). Interested vendors may notifiy the POCs listed above and below for any additional questions.� Please note, all questions are requested to be submitted in writing for documentation purposes�NO TELEPHONIC QUESTIONS.� Offerors are encouraged to register to receive notification for solicitation and all amendments/revisions and to check the beta.SAM.gov site prior to submission of their proposal.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/f826be13b8c9482996e69833cb4cdcf3/view)
 
Record
SN06088500-F 20210808/210806230122 (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.