Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 21, 2010 FBO #3039
MODIFICATION

J -- A/S32R-11 REFUELER OVERHAUL AND REPAIR EFFORT

Notice Date
3/19/2010
 
Notice Type
Modification/Amendment
 
NAICS
336120 — Heavy Duty Truck 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
FA8519-09-R-21524
 
Point of Contact
Lorraine E Bell, Phone: (478)222-1947, Sonia M. Lizotte, Phone: (478)222-1754
 
E-Mail Address
lorraine.bell@robins.af.mil, sonia.lizotte@us.af.mil
(lorraine.bell@robins.af.mil, sonia.lizotte@us.af.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
This is a pre-solicitation notice. Anticipated release of RFP is 19 Mar 2010. The WR-ALC 542 Combat Support Wing manages the overhaul and repair of the R-11 Refueler. This requirement is to purchase the capability to have these vehicles completely overhauled and repaired in order to restore them to like new condition NSN: 2320-01-239-5371, Type: A/S32R-11, MFR: Oshkosh and NSN: 2320-01-373-3439, Type: A/S32R-11, 1st and 2nd Generation, MFR: Kovatch. First Production units will be required from everyone. Required delivery will be 180 days after receipt of the item at the contractor's facility or funded order, whichever is later, for the first production items, and 120 days for the follow on units with a maximum of 10 refuelers per month. The Government intends to award a ten-year, firm-fixed price, Requirements contract with Best Estimated Quantities (BEQs). The RFP and the resultant contract will be structured with one basic one-year period, and nine one year option periods. BEQs are as follows: NSN: 2320-01-239-5371 2320-01-373-3439 OSKOSH KOVATCH BASIC 30 52 OPTION I 15 43 OPTION II 10 47 OPTION III 10 47 OPTION IV 10 47 OPTION V 5 47 OPTION VI 5 47 OPTION VII 5 47 OPTION VIII 5 47 OPTION IX 5 47 These refueling vehicles are 6,000 gallon capacity fuel cargo tank trucks designed to received, transport, store, dispense and recover aircraft fuels in world-wide operating environments. Commercial industry utilizes refueling type vehicles very similar to the Air Force R11. The R11 refueler is designed, manufactured, and produced IAW commercial standards, practices, and procedures. The requirement is 100% set aside for small business participation.. The requirement will be procured using FAR 12, Acquisition of Commercial Items, and FAR 15, Contracting by Negotiation, and will employ Technical Acceptable Performance Price Trade-Off procedures for a best value award decision and will evaluate proposals and make award in accordance with the Evaluation Basis for Award provision in the RFP. The RFP will be posted to the Federal Business Opportunities webpage (http://www.fbo.gov/ ). NO HARD COPIES WILL BE PROVIDED. All questions regarding the RFP and/or the data packages must be submitted in writing to Lorraine.Bell@robins.af.mil with copy to Sonia.Lizotte@robins.af.mil. NO TELEPHONIC QUESTIONS. Offerors are encouraged to register to receive notification for solicitation and all amendments/revisions and to check the FEDBIZOPPS site prior to submission of their proposal. This notification should contain Company Name, Address, Point of Contact, CAGE, Size of Business pursuant to North American Industry Classification System(NAICS 336120 (1,000 employees)). 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. Note B: 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 or in the source selection process. When appropriate, potential offerors may contact Ombudsman Crystal Hollifield, Chief, Contract Policy Division, at 478-222-1121, e-mail Crystal.Hollifield@robins.af.mil. Please be prepared to identify previous contacts made by you in an attempt to resolve your concerns. Added: <input type="hidden" name="dnf_class_values[procurement_notice][description][1][added_on]" value="2009-11-23 11:14:23">Nov 23, 2009 11:14 am Modified: <input type="hidden" name="dnf_class_values[procurement_notice][description][1][modified_on]" value="2010-03-19 09:37:34">Mar 19, 2010 9:37 am Track Changes Technical Orders (TOs) will be made available. However, they include export control data. Instructions to access export control 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/.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/WRALC/FA8519-09-R-21524/listing.html)
 
Record
SN02098051-W 20100321/100319235611-e3e928ab4c8b7bdc5326fa8228e9f65c (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.