SOLICITATION NOTICE
41 -- Small Flight Line Air Conditioner
- Notice Date
- 5/10/2012
- Notice Type
- Presolicitation
- NAICS
- 333415
— Air-Conditioning and Warm Air Heating Equipment and Commercial and Industrial Refrigeration 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
- FA8533-12-R-30317
- 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
- N/A
- Description
- The Support Equipment and Vehicles Division at Robins AFB, Georgia has a requirement for a 7-year, firm-fixed price, Requirements-type Indefinite-Delivery contract for Small Flight Line Air Conditioners A/M32C-24 V1 and A/M32C-24 V2; Master NSN's: 4120-01-600-4726 RN (V1) and 4120-01-592-1781 RN (V2) (generic NSNs for solicitation purposes only). The small flight line air conditioner shall provide cooling and ventilation for pre-flight operations and ground based maintenance activities on aircraft such as the F-15, F-16, U-2, B-52, C-130, and KC-10. A/M32C V1 will be a low pressure only unit that will deliver no less than 200 pounds per minute (ppm) of 40°F air against back pressure of 1 pound per square inch gauge (psig). The A/M32C V2 version will perform to both low and high pressure flow requirements that will deliver no less than 108 ppm of 40°F air against a back pressure of 5.5 psig. The required dimensions for both versions of the A/M32C flight line air conditioner are a length of 14.0 Ft, width of 7.8 Ft, and a height of 8.0 Ft. The weight requirement is 15,000 lbs. The operating temperature for both versions of the small flight line air conditioner is a maximum of 140°F and a minimum of -40°F. This requirement will consist of one basic period of 24 months and five annual option periods. The best estimated quantities (BEQs) are as follows: Basic Period: 30 EA (20 of V1 and 10 of V2) Option I: 95 EA (75 of V1 and 20 of V2) Option II: 99 EA (75 of V1 and 24 of V2) Option III: 99 EA (75 of V1 and 24 of V2) Option IV: 100 EA (75 of V1 and 25 of V2) Option V: 115 EA (90 of V1 and 25 of V2) The successful offeror shall be required to complete 2 first article units of the A/M32C V1 and 2 first article units of the A/M32C V2 in the basic contract period, subject to required tests in accordance with the Statement of Work (SOW) and Purchase Description prepared for this acquisition. Required tests will be identified in the test procedures and the test/inspection report, which the contractor shall prepare for program engineer approval. Other examples of mandatory data items are an instructional media package, training material, provisioning data, and technical manuals. For the production units in Option Years I-V, an EPA clause will be included to allow for fluctuations in the market prices of steel, aluminum, and copper. If required by the offeror, progress payments will be allowed. Delivery requirements will be 750 days ARO for the first article units and 120 days ARO for the production units. Destinations for these units will be CONUS and OCONUS Air Force and DoD installations. There is no minimum or maximum order amounts established. FAR Part 15 procedures will be utilized. Offerors shall prepare their proposals in accordance with mandatory, explicit, and detailed instruction contained in the RFP. This acquisition will utilize the tradeoff source selection process wherein a tradeoff between non-cost factors and cost/price is permitted in order for the Government to make a best-value award decision. For those offerors whose proposals are found to be technically acceptable and have acceptable Small Business Concern Participation, tradeoffs will be made among past and present performance and cost/price. Past and present performance is considered to be significantly more important than cost/price though cost/price remains an important consideration in the best-value award decision. The Government will evaluate proposals and make award in accordance with the 'Evaluation Basis for Award' provision in the RFP. It is anticipated that the RFP will be released on or around 08 Jun 2012 and anticipated contract award on or around 30 September 2013. The RFP will be posted to the Federal Business Opportunities webpage. All responsible sources may submit a proposal, which shall be considered by the agency. Interested offerors may notify the POC listed below for any additional questions. 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 the Company Name, Address, Point of Contact, CAGE, and Size of Business pursuant to the North American Industry Classification System (NAICS) 333415. Elizabeth Midkiff WR-ALC/GRVKBB 460 Richard Ray Blvd, Suite 200 Robins AFB, GA 31098-1813 Phone: 478-222-1907 Fax: 478-222-1854 E-mail: Elizabeth.Midkiff@robins.af.mil. For assistance in interpreting the FBO announcements, please see the FBO Vendor's Guide.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/WRALC/FA8533-12-R-30317/listing.html)
- Record
- SN02744676-W 20120512/120510235406-a26a8f6c9b1f587f42e3b69aa1da6498 (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 |