Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF AUGUST 18, 2021 SAM #7200
SOLICITATION NOTICE

17 -- Mobile Aircraft Arresting System (MAAS)

Notice Date
8/16/2021 8:09:54 AM
 
Notice Type
Solicitation
 
NAICS
336413 — Other Aircraft Parts and Auxiliary Equipment Manufacturing
 
Contracting Office
FA8534 AFLCMC WNKAC ROBINS AFB GA 31098-1670 USA
 
ZIP Code
31098-1670
 
Solicitation Number
FA8534-21-R-0009
 
Response Due
9/24/2021 3:00:00 PM
 
Archive Date
10/09/2021
 
Point of Contact
Kristen Campbell, Kelsey Wade, Phone: 478-222-1893
 
E-Mail Address
kristen.campbell.2@us.af.mil, kelsey.wade.1@us.af.mil
(kristen.campbell.2@us.af.mil, kelsey.wade.1@us.af.mil)
 
Description
8/16/2021- This posting has been edited to include RFP Amendment-01 which extends to proposal response date by 15 calendar days.� 8/11/2021- This Posting has been edited to include a MAAS RFP -Q&A/Clarifications.� The USG�will use this working document to respond to questions and/or provide clarifcations on the request for proposal FA8534-21-R-0009 for the Mobile Aircraft Arresting System Source Selection. *OFFICIAL RELEASE:�Attached is the�RFP and all attachments for the manufacturing and production of Mobile Aircraft Arresting System, (NSN 170-01-513-9539RN). It has been determined that this effort involves items that have a Critical Safety item and/ or Critical Item Application and therefore requires sources to be pre-qualified in order to propose. To be considered a qualified source, vendors shall have an active Source Approval Request (SAR). �All responsible/qualified sources may submit a bid, proposal, or quotation which shall be considered by the agency This acquisition will be a source selection comprised of an Initial Source Selection that may yield contracts to two (2) offerors with a Final Downselect to one (1) contractor following successful completion of First Article Testing (FAT) and a final opportunity for contractors to update pricing. The Initial Source Selection will result in the award for MAAS FAT, Drawing updates, and travel using a C-type, definitive contract. In the Initial Source Selection, the Government will conduct a full and open competition to narrow the competitive field down to no more than two (2) contractors that will execute the MAAS FAT and proceed to the Final Downselect. The Final Downselect source selection will result in the award of the final contract, an indefinite delivery, requirements-type contract with a period of performance of four (4) years total. The period of performance will include four options of 12-months each. The RFP and resultant contract will contain FAR 52.217-9, Option to Extend the Term of the Contract. This acquisition will utilize the Tradeoff 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. For those offerors who are determined to have acceptable Small Business Participation, tradeoffs may be made between past performance and cost/price, with past performance considered significantly more important than cost/price. This may result in an award to a higher rated, higher priced offeror where the decision is consistent with the evaluation factors and the Source Selection Authority (SSA) reasonably determines that the superior past and present performance of the higher priced offeror outweighs the cost difference. To arrive at a best value decision, the SSA will integrate the Source Selection Team�s (SST�s) evaluations of the factors described in this provision. **Due to Size, the Drawing package was not loaded onto SAM.gov.� The Drawing Package will be release separatley via DoDsafe upon Offcial�request sent via email to�kelsey.wade.1@us.af.mil.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/a32de6eb6e5949cab4eb38cef20c812b/view)
 
Record
SN06098306-F 20210818/210816230116 (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.