Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JANUARY 08, 2016 FBO #5159
SOLICITATION NOTICE

16 -- F-15 Repair Support

Notice Date
1/6/2016
 
Notice Type
Presolicitation
 
NAICS
488190 — Other Support Activities for Air Transportation
 
Contracting Office
Department of the Air Force, Air Force Materiel Command, PK/PZ - Robins AFB, 215 Page Rd, Robins AFB, Georgia, 31098-1611, United States
 
ZIP Code
31098-1611
 
Solicitation Number
FA8505-16-R-0007
 
Point of Contact
Scott E. Brindus, Phone: 478-926-5983, Casey C. Hillstrom, Phone: 4783276147
 
E-Mail Address
scott.brindus@us.af.mil, casey.hillstrom@us.af.mil
(scott.brindus@us.af.mil, casey.hillstrom@us.af.mil)
 
Small Business Set-Aside
N/A
 
Description
This effort is competitive as directed by the Kingdom of Saudi Arabia in accordance with the United States of America LOA, to include the establishment and management of "repair and return" services (RRS) for unclassified component parts and aviation items and provide repair, refurbishment, and/or replacement with an option to provide prevent maintenance of RSAF Aerospace Ground Equipment (AGE) that support RSAF F-15 fleet. AGE includes Special Purpose Vehicles (SPV), Hush House/Open Air Test Cell equipment, and Fire and Safety vehicles equipment. This contract effort will include a basic 24-month period of performance (December 2016- December 2018) with five 12-month options (through December 2023), providing a total of 7 years of performance if all options are exercised. The contract place of performance is Saudi Arabia with a potential US presence. This acquisition will be conducted under the Source Selection procedures found in FAR Part 15.3 as supplemented. Specifically, the procedures in the DoD Source Selection Procedures where in a trade-off between non-cost factors and cost/price provides the Government with an opportunity to award to other than the lowest priced proposal or other than the highest technically rated proposal for a best-value contract. For this effort, there will be four separate and independent evaluation factors: Technical, Past Performance, Cost/Price, and Small Business Concern Utilization. This effort will be full and open competition. This acquisition will result in a mixed Fixed Price Incentive Firm, Firm Fixed Price, Cost Reimbursement No Fee and Cost Plus Fixed Fee type contract. A 'C-type' service contract instrument will be used to award this effort. Contract Line Items included in this acquisition are listed below: X001 Operation, Management and Repairs X001AA Operation, Management and Repairs w/ Preventative Maintenance X001AB Operation, Management and Repairs w/o Preventative Maintenance X002 Facilities X003 Travel X004 Other Direct Costs X005 Data X006 Demobilization 5007 Non-Severable Repair and Return Services The solicitation is expected to be released on or around 21 Jan 2016. Contract award is expected to be issued in December 2016. The Issuing/Administrating Contracting Office Address is 235 Byron Street, Suite 19A Robins AFB, 31098-1067
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/WRALC/FA8505-16-R-0007/listing.html)
 
Record
SN03984579-W 20160108/160106234944-21c844b8715d40bc62248029fc8d8e62 (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.