SOLICITATION NOTICE
16 -- Base Notice for C-17 Actuator Fixture
- Notice Date
- 3/2/2011
- Notice Type
- Presolicitation
- NAICS
- 336413
— Other Aircraft Parts and Auxiliary Equipment 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
- FA8525-11-R-31678
- Archive Date
- 4/8/2011
- Point of Contact
- David L. Heichemer, Phone: 4789260170, Katherine M. Whelchel, Phone: (478)926-0055
- E-Mail Address
-
david.heichemer@robins.af.mil, Katherine.Whelchel@robins.af.mil
(david.heichemer@robins.af.mil, Katherine.Whelchel@robins.af.mil)
- Small Business Set-Aside
- Service-Disabled Veteran-Owned Small Business
- Description
- This requirement is for a firm-fixed price contract with option years for an Actuator Fixture applicable to the C-17 aircraft. This acquisition is for NSN: 4920-01-560-8301BA, P/N: 17G450082-501. The requirement includes a basic quantity of 3 EA USAF. Of this basic quantity Bid A (for those who must submit first article) will be for 1 EA Test Article and 2 EA production items and Bid B (for those exempt from first article) will be for 3 EA production items. The three option years will have a quantity of 1 to 5 EA, with requested price breaks from 1-3 EA and 4-5 EA. The Actuator Fixture will hold the actuators in place during maintenance and repair. Items must prevent rotation while torque is applied to remove or install gland nuts, fittings, or other retainers. Must be capable of withstanding a torque of 2,000 in-lbs and not exceed an operational pressure of 2,000PSI +/- 100 PSI. This requirement will be set-aside 100% for SDVOSB contractors. It will consist of a first article requirement, test plan requirement, and a test report requirement. First article testing will be conducted at the contractor's facility, and any performance or other characteristics that must be met are located in the data package. The first article quantity of 1 EA will be included as part of the production quantity. The basic and the three option year's production quantity is stated above. All assets will be shipped FOB Origin within the continental United States. Offerors shall prepare their proposals in accordance with mandatory, explicit and detailed instructions contained in the RFP. All responsible sources may submit a bid, proposal, or quotation which shall be considered by the agency. The Government will utilize the Past Performance Information Retrieval System (PPIRS), and will evaluate proposals and make award in accordance with the evaluation criteria stated in the RFP. It is anticipated that the RFP will be released on or around 18 March 2011 with an estimated response date of 18 April 2011. The RFP, a link to the technical data required to submit a proposal, and all attachments will be posted to the Federal Business Opportunities webpage ( http://www.fbo.gov/ ). All potential offerors should contact the buyer/PCO for additional information and or to communicate concerns, if any, concerning this acquisition. Email address: david.heichemer@robins.af.mil and katherine.whelchel@robins.af.mil at telephone numbers 478-926-0170 and 478-926-0055.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/WRALC/FA8525-11-R-31678/listing.html)
- Place of Performance
- Address: Warner Robins Air Logistics Center, Robins AFB, Georgia, 31098, United States
- Zip Code: 31098
- Zip Code: 31098
- Record
- SN02391195-W 20110304/110302234228-2aa5cc1fbaa81cbb53eb71cfe4916789 (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 |