Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF APRIL 28, 2024 SAM #8188
SOLICITATION NOTICE

17 -- Mobile Aircraft Arresting System (MAAS)

Notice Date
4/26/2024 10:27:16 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
FA8534-24-R-0002
 
Response Due
4/30/2024 12:30:00 PM
 
Archive Date
05/15/2024
 
Point of Contact
Kimberly Mercer, Dylan Huckeba
 
E-Mail Address
kimberly.mercer.1@us.af.mil, dylan.huckeba@us.af.mil
(kimberly.mercer.1@us.af.mil, dylan.huckeba@us.af.mil)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
26 April 2024 - This listing has been edited to add ""Question and Answers 3"" dated 26 Apr 2024 09 Apr 2024 - This posting has been edited to include RFP Amendment 0003 which: Rescinds ""ATCH-01 MAAS - Statement Of Work (SOW)_Rev001"" and replaces in its entirety with a revised version to add additional details in SOW Para 3.6.5.2 ""PCA"". 02 Apr 2024 - This posting has been edited to include RFP Amendment 0002 which: Extends the due date of proposals to 30 April at 3:30 PM EST Rescinds ""ATCH-01 MAAS - Statement Of Work (SOW)"" and replaces in its entirety with a revised version to add the timeframe for Government generated test reports in SOW Para 3.5.2.2. Rescinds ""EXHBIT A CDRLs A001-A015 DD 1423s"" and replaces in its entirety with a revised version to incorporate changes to CDRL A009. Rescinds ""EXHIBIT A CDRL A016 First Article Test Report - DD 1423"" and replaces its entirety with a revised version. 02 April 2024 - This listing has been edited to add ""Question and Answers 2"" dated 2 Apr 2024 13 Mar 2024- This posting has been edited to add�Questions and Answers dated 13 Mar 2024 12 Mar 2024 - This posting has been edited to include RFP Amendment 0001 which: Extends the due date of proposals to 15 April at 3:30 PM EST. Corrects the First Article Required Delivery. Rescinds ""ATCH-02 Instructions Conditions and Notices to Offerors"" with a revised copy to correct information regarding the *PPI Tool and corrects references to attachment numbers. Adds attachment ""ATCH-26 - NAVAIR Test Matrix"". Removes clause 52.244-2, ""Subcontracts (June 2020)"". **NOTE: Interested vendors in need of the PPI Tool, please send email request to�the POC's listed in the Contact Information section of this notice.�Please nclude point of contact and associated email address for subsequent DoD SAFE transmittal.** � OFFICIAL RELEASE:�Attached is the�Request For Proposal (RFP) and all attachments for the manufacturing and production of Mobile Aircraft Arresting System (MAAS), (NSN 170-01-513-9539RN). The Support Equipment and Vehicles Division at Robins AFB, GA (AFLCMC/WNZ) has a requirement for an 8-year, firm-fixed price (FFP)/fixed price with economic price adjustment (FPEPA), requirements-type contract for the Mobile Aircraft Arresting System (MAAS). It has been determined that this requirement involves items that have a Critical Safety item and/or Critical Item Application and therefore requires sources be pre-qualified in order to propose. To be considered a qualified source, vendors shall have an active Source Approval Request (SAR). To obtain a Source Approval Request, please notify the POC's listed in the Contact Information section of this notice.� All responsible/qualified sources may submit a proposal which shall be considered by the agency.� The MAAS is a military unique deployable asset developed as an expeditionary aircraft recovery system, which can be quickly setup and used to recover tactical aircraft at damaged runways or at installations where primary arresting systems are not in operation. The MAAS consists of two identical mobile units. Each unit houses one Barrier Arresting Kit (BAK)-12 rotary friction energy absorber. The mobile units (i.e. trailers) contain all the basic components of a fixed base arresting system and all the tools and hardware necessary for installation and removal. These units are capable of being transported over land, sea and through the air. This acquisition will be a competitive, total small business set-aside utilizing trade-off source selection procedures in accordance with FAR 15.101-2 and 15.3 as supplemented by the DoD Source Selection Procedures (Aug 2022) referenced in DFARS 215.300 and the DAFFARS Mandatory Procedures 5315.3 to make an integrated assessment for a best value award decision. Tradeoffs may be made between past performance and cost/price, with past performance being 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/price 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. Foreign participation will not be limited for this solicitation and subsequent awards. Interested offerors may contact, via email, the POCs listed below for any additional questions. NO TELEPHONE QUESTIONS will be accepted. Offerors are encouraged to register on the site to receive notifications regarding the solicitation and all amendments/revisions. **Due to size, the MAAS Technical Drawing Package (TDP) was not loaded onto SAM.gov. The Drawing Package will be released separately via DoD SAFE upon offcial request sent via email to kimberly.mercer.1@us.af.mil and dylan.huckeba@us.af.mil
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/237bbd96327a43adb91a2cf87fb18659/view)
 
Record
SN07044380-F 20240428/240426230046 (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.