SOLICITATION NOTICE
54 -- S530 Maintenance Shelter
- Notice Date
- 6/17/2011
- Notice Type
- Presolicitation
- NAICS
- 332311
— Prefabricated Metal Building and Component 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
- FA8533-11-R-33685
- Point of Contact
- Elizabeth M. Midkiff, Phone: 4782221907
- E-Mail Address
-
elizabeth.midkiff@robins.af.mil
(elizabeth.midkiff@robins.af.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- This is a pre-solicitation notice. Anticipated release of the RFP is 15 July, 2011. The WR-ALC/GRVKBB Contracting Office at Robins, AFB, GA, has a requirement for S530 Tactical Maintenance Shelter, NSN: 5411-01-280-2909EJ. The S530 Shelter is an all environment, electrical maintenance or storage shelter that can be erected as a single shelter or as an expanded shelter (two shelters providing the area of three shelters) usually at a remote site that must be established and made operational quickly. The shelter is designed to be carried on/transferred by: M-832 mobilizer, standard military Model M35 truck, Model XM-720 dolly set (mobilize), C-130 cargo aircraft, flat bed railroad car, or a ship. The contractor will be required to build a maintenance shelter in accordance with the technical drawing package and revise the drawing package to include mandated engineering design changes. The contractor is obliged to upgrade the electrical equipment to current Government standards and improve the structure of the maintenance shelter as identified in the SOW. Additionally, a new technical order will be required in line with DOD formatting standards. Preproduction unit testing will need Government approval to proceeding to full rate production. The Government intends to award a 5.5 year (1.5 year basic plus 4 one year options), firm fixed price, Requirements Contract with Best Estimated Quantities (BEQ). This acquisition will be set-aside 100% for small business only. Two preproduction units will be required during the basic period. Statement of Work and Drawing Package will be provided as part of the RFP package. Preproduction test plan and test reports are a few of the mandatory data deliverables in this requirement. This requirement includes the development of Technical Manuals for the S-530 Shelter by the contractor and will require Government approval. Technical Manuals will include Operation and Maintenance Instructions, and illustrated Parts Breakdown as well as provisioning technical documentation. The best estimated quantities (BEQs) are as follows: Basic Contract Period: 2 EA (Preproduction Units) BEQ: 3 EA (Production Units) Annual Option I BEQ: 5 EA Annual Option II BEQ: 5 EA Annual Option III BEQ: 5 EA Annual Option IV BEQ: 5 EA Delivery requirements will be 18 months after contract award for the pre-production units and 6 months for production units. FAR Part 12 and 15 procedures will be utilized. Offerors shall prepare their proposals in accordance with mandatory and detailed instructions contained in the RFP. The Government will utilize the tradeoff evaluation methodology in FAR 15.3. Among the offerors with technically acceptable proposals, tradeoffs will be made between past and present performance and price, with performance being considered slightly more important than price. Award will be made 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 Elizabeth.Midkiff@robins.af.mil with copy to Lauren.Farrell@robins.af.mil. NO TELEPHONE QUESTIONS. Offerors are encouraged to register to receive notification for solicitation and all amendments/revisions and to check 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) 332311. For assistance interpreting the FBO announcements, please see the FOB Vendor's Guide.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/WRALC/FA8533-11-R-33685/listing.html)
- Record
- SN02475633-W 20110619/110617234331-8a12ce90a6673aa45e2d6fc2ad8bc892 (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 |