SOLICITATION NOTICE
15 -- Production Installation Kits for C-130 Aircraft
- Notice Date
- 5/13/2010
- Notice Type
- Presolicitation
- NAICS
- 336411
— Aircraft 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
- FA8504-10-R-20382
- Archive Date
- 7/11/2010
- Point of Contact
- Philip E. Earthly, Phone: 478.222.7344, Kelly D. Eller, Phone: 478-926-6668
- E-Mail Address
-
philip.earthly@robins.af.mil, Kelly.Eller.1@robins.af.mil
(philip.earthly@robins.af.mil, Kelly.Eller.1@robins.af.mil)
- Small Business Set-Aside
- Service-Disabled Veteran-Owned Small Business
- Description
- Item 0001: Assembly and delivery of fifteen (15) each production installation kits in support of the C-130 Aircraft Active Noise Cancellation System (ANCS). Each "kit" shall consist of one each "Group A" kit (NSN: 1560-K0-199-587ALG) and one each "Group B" kit (NSN: 1560-K0-199-587BLG). Contractor shall provide all required installation wiring harnesses, connectors and associated hardware, and procure all system components, including speakers, microphones, and the Active Noise Control Units (ANCU) in accordance with approved USAF technical drawings and Time Compliance Technical Order (TCTO) 1C-130-1972, Installation of Speaker Base Active Noise Cancellation System (ANCS) on Selected C-130 Aircraft. Quantity: Fifteen kits (each consisting of one (1) Group A kit and one (1) Group B kit) Delivery Schedule: Two each delivered every other month beginning seven (7) months ARO contract, with final kit delivered 21 months ARO contract. Ship To: FB4461 The proposed contract action is set-aside for Service-Disabled, Veteran-Owned small business concerns and is issued to all qualified sources. A technical data package is available for this acquisition. Anticipated solicitation date is approximately 27 May 2010 with responses due 26 June 2010. All responsible sources shall prepare and submit their proposals in accordance with mandatory, explicit, and detailed instructions contained in the RFP, which shall be considered by the agency. The government will evaluate past performance utilizing the Past Performance Information Retrieval System (PPIRS), and other sources of data as will be stated in the RFP. OFFERORS ARE STRONGLY ENCOURAGED TO REVIEW RATINGS IN PPIRS FOR ACCURACY AS SOON AS POSSIBLE. Proposals will be evaluated and award made in accordance with the evaluation criteria stated in the RFP. 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, emailed or faxed requests received directly from the requestor prior to the cut-off date and time will be accepted. Email is the preferred format. If sending by fax, please notify the recipients in advance so that we can be standing by for immediate receipt when it comes in. All questions regarding the RFP and/or data packages must be submitted in writing to Philip.Earthly@robins.af.mil, with copy to Kelly.Eller.1@robins.af.mil. NO TELEPHONIC QUESTIONS. All questions and answers will be uploaded to www.fedbizopps.gov ; however, the identity of the potential offeror will not be included. Offerors are encouraged to register to receive notifications for solicitation and all amendments/revisions and to check the FEDBIZOPPS site prior to submission of proposal. Notes 8, 12 and 29 apply.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/WRALC/FA8504-10-R-20382/listing.html)
- Record
- SN02148931-W 20100515/100513235313-38cba5834731461d052d6731cff4dda3 (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 |