Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 03, 2008 FBO #2411
SOLICITATION NOTICE

66 -- Tactical Automated Tank Gauge (TATG)

Notice Date
7/1/2008
 
Notice Type
Presolicitation
 
NAICS
334514 — Totalizing Fluid Meter and Counting Device 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
FA853308R22320
 
Response Due
8/22/2008
 
Point of Contact
Jennifer S Cook,, Phone: (478)222-1610
 
E-Mail Address
jennifer.cook@robins.af.mil
 
Small Business Set-Aside
N/A
 
Description
This requirement is for a 5-year, firm-fixed price, Requirements-type Indefinite-Delivery contract for the Tactical Automated Tank Gauge (TATG). The RFP will include the following NSNs: 6680-01-522-1992RN (Type 1 System), 6680-01-556-1111RN (Type 1A System), 6680-01-556-1105RN (Type 2 System), 6680-01-557-7508RN (Receiver), 6680-01-557-7506RN (Measurement Device), 6680-01-557-8111RN (6 in Meter), 6680-01-557-7510RN (4 in meter). The TATG system shall be a deployable fuel gauging system capable of accurately measuring the quantity of liquid petroleum in collapsible tactical fuel storage bladders in tactical environments. This requirement will consist of one basic period of 12 months and four annual option periods. The Best Estimated Quantities (BEQs) encompassing all NSNs, are as follows: Basic Period: 184 EA, Option I-IV: 182 EA. Destinations for these units will be CONUS and OCONUS Air Force and DoD installations. There are no minimum or maximum order amounts established. FAR part 15 procedures will be utilized. The successful offeror shall be required to complete a first article unit subject to required tests in accordance with the Performance Specification 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, system safety hazard analysis, instructional media package, etc. Additionally, endurance testing performed by the contractor will be part of the required testing for this program. Offerors shall prepare their proposals in accordance with mandatory, explicit, and detailed instruction contained in the RFP. The Government will utilize the Technically Acceptable Performance-Price Tradeoff and will evaluate proposals and make award in accordance the Evaluation Basis for Award provision in the RFP. It is anticipated that the RFP will be released on or around 16 July 2008 and anticipated award on or around 30 October 2008. The RFP will be posed to the Federal Business Opportunities webpage. All responsible sources may submit a proposal, 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 Jennifer Cook, WR-ALC 642 CBSG/GBKBB 460 Richard Ray Blvd, Suite 200, Robins AFB, GA 31098-1813 Phone: 478-222-1610, Fax: 478-222-1854, e-mail: Jennifer.Cook@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) 334514 (500 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=bbf038f8a4e4b0624ea261b6ed4c29e9&tab=core&_cview=1)
 
Record
SN01605477-W 20080703/080701222824-bbf038f8a4e4b0624ea261b6ed4c29e9 (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.