MODIFICATION
84 -- C-130H Armor Plate Program - Solicitation 3
- Notice Date
- 9/5/2012
- Notice Type
- Modification/Amendment
- NAICS
- 332999
— All Other Miscellaneous Fabricated Metal Product 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
- FA8504-12-R-30298
- Archive Date
- 10/20/2012
- Point of Contact
- Philip E. Earthly, Phone: 478.222.7344, Cheryl W Janssen, Phone: 478.926.6380
- E-Mail Address
-
philip.earthly@robins.af.mil, cheryl.janssen@robins.af.mil
(philip.earthly@robins.af.mil, cheryl.janssen@robins.af.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- Statement of Work (Rev 7) Packaging Requirements CDRLs Appendix C - Industrial Safety and Health Requirements Attachment B - Example of TEP Calculation Attachment A - Excel Pricing Model for RFP Final Request for Proposal Description: Development and production of up to 239 Group A Kits and 138 Group B kits for the C-130H1, C-130H2, C-130H2.5, C-130H3 and C-130H AMP aircraft. Delivery Schedule/Shipping Location: 9 months ARO to FY2260, Robins AFB, GA 31098. This will be a Firm Fixed-Price contract consisting of a basic with two options. The basic contract will involve the development of a single production Group A and Group B kit that will be applicable to all four MDS, not including the C-130H AMP aircraft, and will consist of first article ballistic testing, development of a TDP and TCTO, and TO updates. During the basic contract, the contractor shall manufacture four (4) separate Group A and four (4) separate Group B trial installation kits to support f the aforementioned MDS, and shall also manufacture four (4) separate Group A and four Separate Group B kits for kit proof/verification. The contractor shall also be required to design and fabricate a new attachment system for the armor plates. Actual manufacture of production kits will be handled through the award of options. Option I: 176 Group A kits / 98 Group B kits. Option II: Quantity ranges: 5 to 60 Group A kits / 3 to 27 Group B kits. It is the Government's intent to award the Basic and Option I simultaneously. Some of the design criteria for the armor plate program are as follows: Ballistics: Type III/Class 1A/12.7 mm (ball) Areal Density: Less than or equal to eight (8) lbs/sq ft Installation ( Group B Only ): Less than or equal to eight (8) man-hours ( Group A Only ): Less than twenty-five (25) man-hours Attachment: Remains securely attached during flight and ground operations Operation of Flight Deck access panels or doors with armor installed: Does NOT impede operation of flight deck access panel or doors. Does not impede normal operation of nose wheel well/landing gear, and egress doors, etc... The RFP will be issued as a competitive small-business set-aside. The RFP will be posted at www.fedbizopps.gov. If you desire to obtain a copy, you must go to www.fedbizopps.gov to do so. No telephone requests will be honored. Only written, faxed, or emailed requests received directly from the requestor prior to the cut-off date and time will be accepted. All questions regarding the RFP must be submitted in writing to Philip.Earthly@robins.af.mil, with copy to Cheryl.Janssen@robins.af.mil. NO TELEPHONIC QUESTIONS. All questions and answers will be uploaded to www.fedbizopps.gov on a non-attributional basis. Offerors are encouraged to register to receive notifications for solicitation and all amendments and revisions, and to check the FEDBIZOPPS site prior to submission of proposal. See Government-wide numbered notes: 1 and 13
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/WRALC/FA8504-12-R-30298/listing.html)
- Record
- SN02868543-W 20120907/120906001244-3b9b05ca55b6adaf427a03f0b17d1b71 (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 |