Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JULY 24, 2022 SAM #7541
SPECIAL NOTICE

39 -- Running Gear MQ-1C Trailer

Notice Date
7/22/2022 7:25:13 AM
 
Notice Type
Justification
 
NAICS
333924 — Industrial Truck, Tractor, Trailer, and Stacker Machinery Manufacturing
 
Contracting Office
FA8684 AFLCMC PZZ WRIGHT PATTERSON AFB OH 45433-7120 USA
 
ZIP Code
45433-7120
 
Solicitation Number
FA8684-22-P-2060
 
Archive Date
08/21/2022
 
Point of Contact
Ryan Murphy, Jane Hartkemeyer, Phone: 9377130403
 
E-Mail Address
ryan.murphy.43@us.af.mil, jane.hartkemeyer@us.af.mil
(ryan.murphy.43@us.af.mil, jane.hartkemeyer@us.af.mil)
 
Award Number
FA8684-22-P-2060
 
Award Date
08/29/2022
 
Description
The United States Air Force intends to issue a Firm-Fixed-Price Purchase order to a single source, Aero Co. Inc., under the authority of FAR 13.106(b)(1)(i) (only one source reasonably available) on or about 29 August 2022. Size Standard: 750 Employees Supplier Name: Aerol Co. Inc. Product Description: A running gear system is required to build aircraft transport trailers and includes wheels, tires, brakes, steering, and tow bar of the trailer. The running gear system is tailored for the trailer it is to be installed on, and the trailer was designed to interface with this specific running gear system.� Product characterisitics an equal item must meet to be considered: Running gear must be able to interface with a trailer designed for this specific system to meet interface, suspension, steering, load bearing, towing, aircraft transportation, and braking requirements.� Running gear system must be independently attached to the trailer at the aft left and aft right corners without a thru axle in order to allow an open space in the center of the trailer for proper function. This notice of intent is not a request for competitive quotations. However, all responsible sources may submit a capability statement, proposal, or quotation, which shall be considered by the Government. The Government will consider responses received within 14 days of issuance of this notice. Information received will normally be considered solely for the purpose of determining whether or not to conduct a full and open competitive procurement or a small business set aside competitive procurement. The Government will not pay for any information recieved in response to this announcement.� If the Government decides to compete this requirement, a synopsis shall be issued utilizing the combined synopsis/solicitation procedure identified in FAR 12.603. If this effort becomes a Small Business Set-Aside, FAR 52.219-14, Limitation on Subcontracting, will apply. Therefore, small businesses that want to be considered for a small business set-aside should demonstrate how they intend to comply. A determination not to complete this requirement based upon responses to this notice is solely within the discretion of the Government.� Contractors should be aware of the following information: Contractors must include the following information: Points of contact, addresses, email addresses, phone numbers. Identification as large U.S business, a small U.S. business, or a foreign business. Please note that size indicated should be based on the NAICS code mentioned in the classification section of this effort.� Identification of any other socioeconomic status including: Women-Owned Small Business, Economically Disadvantaged Small Business, 8(a), Service Disabled Veteran Owned Small Business, Veteran Owned Small Business or HUBZone.� Company CAGE Code or DUNS Number. If this posting specifically references brand name products, offerors, are encouraged to suggest products other than those specifically referenced. Responses must address how the alternate product meets the product characteristics specified above.� Submitted information shall be UNCLASSIFIED.� Responses are limited 10 pages in Microsoft Word compatible format. Responses should be emailed to Jane Hartkeymeyer at�jane.hartkemeyer@us.af.mil and Ryan Murphy at�ryan.murphy.43@us.af.mil.�Any questions should be directed to Ryan Murphy through email.�
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/aaf6ee097dc2426ab46feeda0b4f7da8/view)
 
Record
SN06398788-F 20220724/220722230110 (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.