Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 14, 2011 FBO #3458
SOLICITATION NOTICE

J -- Repair, Refurbishment, Relocation of Air Force Noise Suppressors (commonly referred to as Hush Houses)

Notice Date
5/12/2011
 
Notice Type
Presolicitation
 
NAICS
236210 — Industrial Building Construction
 
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
FA8535-11-R-25411
 
Point of Contact
Franklin N Holland, Phone: 478-327-3595
 
E-Mail Address
franklin.holland@robins.af.mil
(franklin.holland@robins.af.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
This effort is for repair, refurbishment, and relocation of Air Force Noise Suppressors (commonly known as Hush Houses). The four noise suppressor configurations to be covered by this acquisition are designated as the T-9 (4920-01-082-1095RN), T-10 (4920-01-127-4640RN), T-11 (4920-01-070-2721RN), and T-12 (4920-01-286-8681RN). Repair, refurbishment, and relocation shall require the Contractor to conduct mechanical, electrical and all other types of repairs/refurbishment that are required for Air Force Noise Suppressors (excluding pneumatic fire suppression systems) worldwide in order to restore and maintain complete operational capability. This effort may include some application code analysis of Programmable Logic Controller (PLC) functions in many upgraded T-9, T-10 and T-11 Noise Suppressors. The Air Force currently operates Noise Suppressors throughout the United States and in Europe, Japan, and Korea. All Noise Suppressor repairs shall be accomplished at each Noise Suppressor location. Refurbishment if required, can be accomplished off-site and installed (or reinstalled) at required location. The North American Industry Classification System (NAICS) code for this project is 236210 (Industrial Building Construction); the Small Business Size Standard is $33,500,000.00 in average annual receipts for the last three years. This project will be solicited as a 100% Small Business (SB) set-aside, with the intent to award a five year, firm-fixed-price, indefinite delivery indefinite quantity contract. The successful offeror will be selected based on an evaluation of proposals utilizing the "Performance/Price Tradeoff" source selection procedure. The T-9, T-10, T-11, and T-12 are demountable and are, therefore, classified as support equipment. While this effort is considered to be a service contract, the controlling labor law is the Davis-Bacon Act. A draft solicitation will be issued in advance of a pre-solicitation conference to be held at Robins AFB on 07 June 2011. Details regarding base access and other "groundrules" will be posted by 24 May 2011. Participation will be limited to two representatives per interested offeror. Representatives must be identified to the contracting officer (franklin.holland@robins.af.mil) no later than 20 May 2011 (names provided must be identical to the name on the individual's driver's license to gain base access on the day of the conference). The formal solicitation will be available electronically on FedBizOps on or about 30 June 2011 with an anticipated closing date on or about 01 Aug 2011. The complete solicitation package, which includes the specifications, will be made available without charge only through the FedBizOpps website at https://www.fbo.gov/. Anyone wishing to participate in this proposed procurement must obtain their copy from the internet. Copies will not be mailed from the Contracting Office. All amendments will be posted on FedBizOpps. Offerors will be solely responsible for obtaining amendments from this site to keep updated. This solicitation document contains information that has been designated as "Military Critical Technical Data." The only US contractors who may participate are those that are certified and registered with the Defense Logistics Information Service (DLIS) (1-800-352-3572) and have a legitimate business purpose. US contractors must submit a copy of their current, approved DD Form 2345 with their request for solicitation. The form, including instructions for completing the form, is available at http://www.dtic.mil/whs/directives/infomgt/forms/forminfo/forminfopage2220.html. The solicitation/data package will be made available to the data custodian identified in block 3 of the DD Form 2345.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/WRALC/FA8535-11-R-25411/listing.html)
 
Place of Performance
Address: World wide performance locations, United States
 
Record
SN02446770-W 20110514/110512235028-578d5dc8087adb72b5b499b5b3d35639 (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.