Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 17, 2008 FBO #2334
SOLICITATION NOTICE

17 -- ETU-8/E and ETU-9/E Engine Trailers

Notice Date
4/15/2008
 
Notice Type
Presolicitation
 
NAICS
336399 — All Other Motor Vehicle Parts Manufacturing
 
Contracting Office
Department of the Air Force, Air Force Materiel Command, WR-ALC, WR-ALC/PK Acquisition Opportunities, 235 Byron St,, Warner Robins, Georgia, 31098-1611, United States
 
ZIP Code
31098-1611
 
Solicitation Number
FA8533-08-R-23459
 
Point of Contact
James L Steff,, Phone: 478-222-1908, Christie H.Brown,, Phone: (478)222-1892
 
E-Mail Address
james.steff@robins.af.mil, christie.brown@robins.af.mil
 
Description
This requirement is for a firm-fixed price contract for the Engine Trailer Unit (ETU) 8/E and the ETU-9/E; NSN: 1730-01-508-3156RN and 1730-00-061-3403RN respectively. The ETU-8/E and ETU-9/E will interface with the F100 engine family and multiple aircraft components. The Purchase Description (PD) and Statement of Work (SOW) accompanying the Request for Proposal will identify the design requirements for the new trailer acquisition. This requirement will consist of one basic period of 12 months and 4 annual options. The quantities are as follows: Basic year: ETU-8/E: 5 each, Option I 1 - 6 each, Option II 1 - 5 each, Option III 1 - 4 each, and Option IV 1 - 4 each. Basic year: ETU-9/E: 4 each, Option I 1 - 2 each, Option II 1 - 2 each, Option III 1 - 2 each, and Option IV none. Destinations for these units will be CONUS and OCONUS Air Force installations and Foreign Military Sales (FMS). FAR part 15 procedures will be utilized. The successful offeror shall be required to complete a first article unit of each type and shall be subject to the required tests in accordance with the PD and SOW 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, provisioning data, technical data package, etc. Offerors shall prepare their proposals in accordance with mandatory, explicit, and detailed instruction contained in the Request for Proposal (RFP). The Government will utilize the Performance Price Trade-off (PPT) procedures, and will evaluate proposals and make award in accordance the Evaluation Basis for Award provision in the RFP. This acquisition will be a 100% set-aside for small business. It is anticipated that the RFP will be released on or around 14 May 2008 and anticipated award on or around 17 September 2008. The RFP will be posted to the Federal Business Opportunities webpage. All responsible sources may submit a bid, proposal, or quotation, which shall be considered by the agency. There are no foreseen restrictions to foreign contractor participation at the prime contractor level. Request interested offerors notify Captain James L. Steff, Jr., WR-ALC 642 CBSG/GBKBB 460 Richard Ray Blvd, Suite 200, Robins AFB, GA 31098-1813 Phone: 478-222-1908, Fax: 478-222-1854, e-mail: james.steff@robins.af.mil. This notification should contain Company Name, Address, Point of Contact, CAGE, Size of Business pursuant to North American Industry Classification System(NAICS) 336399 (750 employees). Interested persons may identify their interest and capability to respond to the requirement or submit proposals.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=e38bcb792a3efd29ea323652d39b0257&tab=core&_cview=1)
 
Record
SN01554670-W 20080417/080415221129-e38bcb792a3efd29ea323652d39b0257 (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 |
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.