MODIFICATION
49 -- Flight Control Systems Test Set - Solicitation 1
- Notice Date
- 2/17/2010
- Notice Type
- Modification/Amendment
- NAICS
- 334511
— Search, Detection, Navigation, Guidance, Aeronautical, and Nautical System and Instrument 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
- FA8533-09-R-21835
- Archive Date
- 12/31/2010
- Point of Contact
- Erica R. Farrell, Phone: (478) 222-1893, Salena W Arrington, Phone: (478)222-1755
- E-Mail Address
-
erica.farrell@robins.af.mil, salena.arrington@robins.af.mil
(erica.farrell@robins.af.mil, salena.arrington@robins.af.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- Contract Data Requirement List Cross Matrix Quantity Ranges Client Authorization Letter Transmittal Letter Tracking Record Performance Questionaire FACTS SHEET Engineering Data List Purchase Description Revision B Statement of Work Packaging Requirements FA8533-09-R-21835 This requirement is for a 5-Year, Firm-Fixed Price, Requirements-type Indefinite-Delivery contract for the procurement of Flight Control System Test Set, Generic NSN: 4920-00-931-1457RN, which are used for the inspection and acceptance of pitot and static systems including altimeters, vertical velocity indicators, air speed indicators, and air data computer systems. This requirement is set aside 100% for small business. The current tester is being replaced due to outdated technology, obsolescence of repair parts and because the weight of the current tester requires two people to transport it. Transport by one person is desired. The equipment and accessories (including the remote unit and excluding manuals) shall not exceed 87 pounds. The weight of the remote unit shall not exceed 10 pounds. The equipment shall not exceed 4.5 cubic feet in volume, when housed in the combination case with the cover closed. No external dimension of the case shall exceed 30inches. The remote unit demensions shall be compatiable with cockpit use, and the maximum length and width dimensions of the remote unit shall be no greater than 10 inches by 16 inches. The requirement will consist of one basic period of 12 months and 5 annual options. The best estimated quantities (BEQs) are as follows: Basic Pre-Production Qty: 1; Option I Qty: BEQ 252 EA; Option II Qty: BEQ 252 EA; Option III Qty: BEQ 252 EA; Option IV Qty: BEQ 252 EA; and Option V Qty: 202 There is no guaranteed minimum or maximum order amounts established. The effort involves contractor-testing requirements for the first article unit. FAR Part 12 and FAR Part 15 procedures will be utilized. Multiple shipping locations are involved, to include both USAF and FMS requirements. Proposals shall be in accordance with mandatory, explicit, and detailed instructions contained in the RFP. The Government will utilize the Technical Acceptable, Risk Performance -Price Trade-Off (TA-RPPT) procedures, and 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 17 February, 2010. Interested sources are encouraged to monitor the Federal Business Opportunities website at http://www.fedbizopps.gov for the posting of the RFP which includes the PD, data requirements, and all attachments referenced in the solicitation itself. All responsible, small business sources may submit a proposal in response to the RFP for the Government's evaluation.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/WRALC/FA8533-09-R-21835/listing.html)
- Record
- SN02067702-W 20100219/100217235417-3470b93801c192fd708f5f6769a56fb0 (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 |