MODIFICATION
30 -- Transmission and Hydraulic Pump Components - Solicitation 6
- Notice Date
- 4/24/2012
- Notice Type
- Modification/Amendment
- NAICS
- 333996
— Fluid Power Pump and Motor 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
- FA8517-12-R-31347
- Archive Date
- 5/11/2012
- Point of Contact
- Valerie S. Toler, Phone: 4783274784
- E-Mail Address
-
valerie.toler@robins.af.mil
(valerie.toler@robins.af.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- Revised PWS 23 Apr 12-Removed reference to AFMCFARS in Section 1.1.6 and added reference to Vendor Packaging Instructions in 4.1.2. This requirement is for a firm fixed price Requirements contract with a 5 year period (Basic and 4 One-Year Options) for the repair of Transmission and Hydraulic Pump components of the MJ-1A/B Bomb Lift Truck. Basic Year Estimated Quantity: NSN: 2520-01-010-3114(part #: 18-2011) Sundstrand BEQ: 84 NSN: 4320-01-355-4464(part #: 2520-025) Eaton BEQ: 10 First Year Estimated Quantity: NSN: 2520-01-010-3114(part #: 18-2011) Sundstrand BEQ: 81 NSN: 4320-01-355-4464(part #: 2520-025) Eaton BEQ: 11 Second Year Estimated Quantity: NSN: 2520-01-010-3114(part #: 18-2011) Sundstrand BEQ: 91 NSN: 4320-01-355-4464(part #: 2520-025) Eaton BEQ: 12 Third Year Estimated Quantity: NSN: 2520-01-010-3114(part #: 18-2011) Sundstrand BEQ: 91 NSN: 4320-01-355-4464(part #: 2520-025) Eaton BEQ: 12 Fourth Year Estimated Quantity: NSN: 2520-01-010-3114(part #: 18-2011) Sundstrand BEQ: 91 NSN: 4320-01-355-4464(part #: 2520-025) Eaton BEQ: 12 Original design of the asset or the design functional capabilities of the various component parts shall not be changed, modified, or altered. Replacement parts must meet or exceed the quality of original components. Repairs must be completed and delivered no later than 30 calendar days after receipt of assets. MICAPS and SURGE requirements must be completed in 15 days. CAV AF reporting is required. It is anticipated that the RFP will be released on or around 26 March 2012. The RFP will be posted to the Federal Business Opportunities webpage (http://www.fbo.gov/ ). NO HARD COPIES WILL BE PROVIDED. The technical data required to respond to the RFP may be obtained at the same website. 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 data. All requests for copies of the solicitation data 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 United States/Canada Joint Certification Lookup service is available via the Internet at: http://www.dlis.dla.mil/ccal/. Interested Party or Person(s) may identify their interest and capability to respond to the requirement or submit a proposal on or before 23 April 2012. EXTENDED PROPOSAL DUE DATE: 26 APR 12.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/WRALC/FA8517-12-R-31347/listing.html)
- Place of Performance
- Address: TBD, United States
- Record
- SN02730275-W 20120426/120425000135-cf93ed220b79625c41ad51e35fcde4c3 (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 |