SOLICITATION NOTICE
C -- BRU-52 Bomb Release Unit Failure Investigation
- Notice Date
- 2/8/2010
- Notice Type
- Presolicitation
- NAICS
- 541330
— Engineering Services
- 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
- FA8520-10-R-21539
- Point of Contact
- Sharon L. Gray, Phone: 478-327-4356, William (Bill) H Downs, Phone: (478) 926-9264
- E-Mail Address
-
sharon.gray@robins.af.mil, bill.downs1@robins.af.mil
(sharon.gray@robins.af.mil, bill.downs1@robins.af.mil)
- Small Business Set-Aside
- N/A
- Description
- This is a pre-solicitation notice. Anticipated release of the RFP is 23 February 2010. The 782nd Missiles and Armament Group Contracting Office at Robins AFB GA, has a requirement for Engineering Services for a BRU-52 Bomb Release Unit Failure Investigation. The Goverment intends to award a Firm Fixed Price, Requirements type contract as defined in FAR 16.5. This Requirement will be full and open competition, without restrictions. The purpose of this project is to identify potential causes of BRU-52 Bomb Release Unit failures and design, operation or repair methods to prevent future accidents. a. This project requires the contractor to test the BRU-52 by installing it in a test fixture and subjecting it to static releases of a simulated 500 pound store. The mounting fixture must be capable of releasing the store at different angles. During the releases, measurement of the hook reaction times with instrumentation capable of recording events in millisecond timing is required. b. The contractor shall review the design for potential failure modes and recommend solutions. c. The contractor shall develop recommended designs for any fixtures or tools necessary to evaluate components of the BRU-52 that are cricital to performance. d. The contractor shall provide unrestricted drawings for any recommended fixtures, tools or modifications recommended by this investigation. e. The contractor shall provide technical data and project reports to support the findings and recommendations of this investigation. f. The contractor shall develop and demonstrate a prototype of any recommended design improvement or test fixture identified by this project. Offerors shall prepare their proposals in accordance with mandatory, explicit and detailed instructions contained in the RFP. Proposals will be evaluated and award made in accordance with the evaluation criteria stated in the RFP, Performance/Price Trade-Off. OFFERORS ARE STRONGLY ENCOURAGED TO REVIEW RATINGS IN PPIRS/CPARS FOR ACCURACY AS SOON AS POSSIBLE. The RFP will be posted to the Federal Business Opportunities webpage ( http://www.fbo.gov/ ). NO HARD COPIES WILL BE PROVIDED. All vendors are required to be registered. All questions regarding the RFP must be submitted in writing to sharon.gray@robins.af.mil with copy to bill.downs1@robins.af.mil NO TELEPHONIC QUESTIONS. All questions and answers will be uploaded to www.fedbizopps.gov However, the identity of the potential offeror will not be included. Offerors are encouraged to register to receive notification for solicitation and all amendments/revisions and to check the FEDBIZOPPS site prior to submission of proposal. This notification should contain Company Name, Address, Point of Contact, CAGE, Size of Business pursuant to North American Industry Classification System (NAICS) 541330 ($27 million). Interested persons may identify their interest and capability to respond to the requirement or submit proposals. For assistance in interpreting the FBO announcements, please see the FBO Vendor's Guide. Period of Performance: One Year The solicitation document contains information that has been designated as "Militarily Critical Technical Data." Only businesses that have been certified by the Department of Defense, United States/Canada Joint Certification Office, and have a valid requirement may have a copy of the solicitation document. All requests for copies of the solicitation document must include a certified copy of DD Form 2345, Militarily Critical Technical Data Agreement. To obtain certification, contact: Commander, Defense Logistics Information Service (DLIS), ATTN: U.S./Canada Joint Certification Office, 74 Washington Avenue North, Battle Creek, MI 49017-3084 or call the DLIS at (800)-352-3572. The DLIS Unites States/Canada Joint Certification Lookup service is available via the Internet at: http://www.dlis.dla.mil/ccal/. Based upon market research, the Government is not using the policies contained in Part 12, Acquisition of Commercial Items, in its solicitation for the described supplies or services. However, interested persons may identify to the contracting officer their interest and capability to satisfy the Government's requirement with a commercial item or service within 15 days of this notice. All potential offerors should contact the buyer/PCO identified above for additional information and or to communicate concerns, if any, concerning this acquisition. If your concerns are not satisfied by the contacting officer, an Ombudsman has been appointed to hear serious concerns that are not resolved through established channels. The purpose of the Ombudsman is not to diminish the authority of the program director or contracting officer, but to communicate serious contractor concerns, issues, disagreements, and recommendations to the appropriate government personnel. When requested, the Ombudsman will maintain strict confidentiality as to the source of the concern. The Ombudsman does not participate in the evaluation of proposals in the source selection process. When appropriate potential offerors may contact Ombudsman Crystal B. Hollifield at 478 222 -1088, FAX 478 222 -1855, email Crystal.Hollifield@robins.af.mil. Please be prepared to identify previous contacts made by you in an attempt to resolve your concerns.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/WRALC/FA8520-10-R-21539/listing.html)
- Record
- SN02060505-W 20100210/100208234555-f2e1c9f4d152c40645aac03c8f834686 (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 |