SOLICITATION NOTICE
16 -- Purchase Digital Video Recorder (DVR), DVR Integration Kits, and Removable Memory Modules (RMMs), for the F-15C/D Aircraft
- Notice Date
- 10/5/2009
- Notice Type
- Presolicitation
- NAICS
- 334613
— Magnetic and Optical Recording Media 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
- FA8505-09-R-24654
- Archive Date
- 2/2/2010
- Point of Contact
- Tommy R Peacock, Phone: (478) 926-6257
- E-Mail Address
-
tommy.peacock@robins.af.mil
(tommy.peacock@robins.af.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- This is a pre-solicitation notice only for the purchase of Commercial Off the Shelf (COTS) Digital Video Recorders (DVR, DVR Integration kits and Removable Memory Modlue units applicable to the F-15C/D. Request for proposals (RFP) will be added as an attachment on or about 21 October 2009. The F-15 C/D Digital Video Recorder (DVR) program is to replace obsolete, existing 8mm tape recorders with a reliable solid state recording system to ensure air combat readiness and training is not degraded. The program provides the Air Force with a reliable recording system to improve aircraft readiness and meet mission and training debrief requirements. In rendering the required services, the contractor shall develop and produce the following: DVR aircraft integration kits(includes pallet and aircraft wire harness), DVRs, RMMs, and spares kit(DVR and RMM only) for each item, as required. Additionally, the Contractor's proposal shall include options for Interim Contractor Support (ICS) of the units for the life of this contract. The government anticipates a resultant contract will be a requirements Indefinite Delivery Indefinite Quantity contract with a best estimated quantity (BEQ) of 65 each ( EA) DVR aircraft integration kits, DVRs and RMMs in the basic year, with a BEQ of 160EA in Option I and BEQ of 25EA in Option II. A spares kit consisting of DVRs and RMMS with a BEQ of 12EA in Option year I and a BEQ of 13 EA in Option year II will also be included. Finally a requirement for ICS will be included in Option I and Option II. Funding availability will determine the units purchased in each year. A total of 250EA units are expected to be purchased over the life of the contract. Offerors shall prepare their proposals in accordance with mandatory, explicit and detailed instructions contained in the RFP. Proposals will be evaluated and award made on the basis of Lowest Price Technically Acceptable (LPTA) criteria in accordance with the RFP. All offerors will be required to submit with their proposals, at their own expense and at no cost to the government, the following for government testing which will determined technical ability: 1 EA DVR, RMM and connector unit. All equipment supplied for government testing shall be returned to the contractor at government expense after testing. The government will not be liable for any damage to units during testing. Contractors may be present during testing of their product in accordance with the RFP. All technical requirements and government testing plans will be outlined in the RFP. Once all units are tested for technical compliance, those proposals that pass the technical requirements will then be evaluated on the lowest overall price of the acquisition to include ICS. Award will be made on the basis of LPTA. The proposed contract is 100% set aside for small business concerns, NAICS CODE 334613. Contractors must be registered in CCR and ORCA. FAR part 12 acquisitions procedures apply. Proposals to include qualification articles will be due on or about 24 November 2009. All potential offerors should contact the buyer/PCO identified below for additional information and/or communicate concerns, if any, concerning this acquisition.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/WRALC/FA8505-09-R-24654/listing.html)
- Record
- SN01979990-W 20091007/091006000046-7de1ff04180e440aab1fe4876454d4af (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 |