SOLICITATION NOTICE
J -- Milstar Ground Mobile Modification
- Notice Date
- 4/18/2006
- Notice Type
- Solicitation Notice
- NAICS
- 541710
— Research and Development in the Physical, Engineering, and Life Sciences
- Contracting Office
- Department of the Air Force, Air Force Space Command, SMC - Space and Missiles System Center, 2420 Vela Way, Suite 1467, El Segundo, CA, 90245-4659
- ZIP Code
- 90245-4659
- Solicitation Number
- FA8823-06-R-0005
- Response Due
- 5/2/2006
- Archive Date
- 5/17/2006
- Description
- SMC/LGKM, located at Peterson AFB, CO, will award a contract as a commercial buy in order to modify the configuration of 2 AN/TSQ-180 (V)1/2 Milstar Ground Mobiles (GM) street-side and curbside Power Generation Unit (PGU) Radiator Installation Hose/Fitting Assemblies (Supply/Feed Lines) to eliminate anti-freeze leakage within their Power Generation Unit (PGU)/Environmental Control Unit (ECU) Compartments. The two (2) Milstar Ground Mobiles (GM-2 & GM-3) PGU Radiator Installation Hose/Fitting assemblies (supply/feed lines) are leaking anti-freeze fluid (glycol). A modification to the existing fittings to the proper length and dimensions to accommodate a proper seal is needed. Removal of the coolant hose and modification of the elbow and bulkhead pipe as a one piece item is also required. The intent of this modification is to eliminate a deficient plumbing design and glycol leaks at the coolant hose connection. The work will be accomplished on the Milstar GM-2 at the 153rd Command & Control Squadron (153 CACS) facilities on F.E. Warren AFB, WY, and on the Milstar GM-3 at the 4th Space Operations Squadron (4 SOPS) facilities on Schriever AFB, CO. The contract performance will be for FY 06, and is estimated to take at least 2 months to complete. The Government contracted with Murphy Company to accomplish the PGU Radiator Installation Hose/Fitting Assembly Modification on the six (6) AN/TSQ-180(V)4 Milstar Communication Vehicles (MCVs) in October of 2003. Award to any other source will increase program risk and duplicative cost to the Government that will not be recovered through competition over the short duration of this contract. However, interested parties must submit an unclassified Statement of Capability (SOC) within 20 days of this announcement demonstrating: intimate knowledge of the AN/TSQ-180(V)1/2 Milstar GM shelter (located at either FE Warren AFB, WY or Schriever AFB, CO) or AN/TSQ-180(V)4 MCV shelter (located at Greeley ANGB, CO), specifically the PGU/ECU Compartment; capability to perform modification at the two (2) vehicles operating locations?F.E. Warren AFB WY and Schriever AFB CO; ability to complete modification on both vehicles within 60 calendar days after contract award; a verification with the government Contracting Officer that only US citizens will accomplish all tasks associated with the assembly modification; an indication that all manufacturing of the work will be performed at the contractor?s location and inform the government where that local is; an assurance that welders performing the modification are ASME Section IX certified and have manufacturing capability within the greater Denver CO Metropolitan area; proof that the firm has the capability to complete work when a Department of Defense Facility Clearance Level of Secret applies to the effort. The SOC shall not exceed 10 one-sided pages in length. Response must be submitted by e-mail in electronic form in MS Word 98 or higher or, PDF Format. All responses must conform to 8.5 by 11 inch pages, with font no smaller than 12 point. The performance period is not expected to exceed 2 months, and will not involve any follow-on awards. The projected Request for Proposal (RFP) release date for this effort is May 06 . This synopsis is for information and planning purposes only; it does not constitute an RFP. Information herein is based on the best information available at the time of publication, is subject to revision, and is not binding on the Government. The Government will not recognize any cost associated with the submission of an SOC. Information received will be considered solely for the purpose of determining whether any prospective credible source other then the incumbent exists. The applicable North American Industry Classification System (NAICS) code is 541710 (1000 employees). Submit all responses to synopsis to: SMC/LGKM, Attn Victor Wells, 1050 E Stewart Ave, Peterson AFB, CO 80914-2902 (e-mail:victor.wells@cisf.af.mil). An Ombudsman has been appointed to address concerns from offerors or potential offerors. The Ombudsman does not diminish the authority of the program director or contracting officer, but communicates contractor concerns, issues, disagreements, and recommendations to the appropriate Government personnel. When requested, the Ombudsman shall maintain strict confidentiality as to the source of concern. The Ombudsman does not participate in the evaluation of proposals or in the source selection process. The Ombudsman is Col Robert M. Catlin, SMC/DS, (310) 336-3571.
- Place of Performance
- Address: 1) F.E.Warren AFB, 7700 Booker Rd, FE Warren AFB, WY, 82005, and, , 2) Schriever AFB, 730 Irwin Ave, Ste 83, Schriever AFB, CO, 80912
- Country: USA
- Country: USA
- Record
- SN01030179-W 20060420/060418220902 (fbodaily.com)
- Source
-
FedBizOpps Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |