SOLICITATION NOTICE
J -- Maintenance of Railcar, Tractor Trailer, Automobile, and Aircraft/Structural Live Fire Trainers - Draft Performance Work Statement
- Notice Date
- 5/3/2011
- Notice Type
- Presolicitation
- NAICS
- 811310
— Commercial and Industrial Machinery and Equipment (except Automotive and Electronic) Repair and Maintenance
- Contracting Office
- Department of the Air Force, Air Mobility Command, AMC Specialized Contracting Branch (HQ AMC/A7KQ), 507 Symington Drive, Room W202, Scott AFB, Illinois, 62225-5022, United States
- ZIP Code
- 62225-5022
- Solicitation Number
- FA4452-11-R-0016
- Point of Contact
- Deane E. Turner, Phone: 6182290805, Keri A Lindsco, Phone: 618.256.9948
- E-Mail Address
-
deane.turner@scott.af.mil, keri.lindsco@scott.af.mil
(deane.turner@scott.af.mil, keri.lindsco@scott.af.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- Draft Performance Work Statement The Headquarters Air Mobility Command (HQ AMC) Specialized Contracting Branch anticipates issuance of solicitation Request for Proposal (RFP) FA4452-11-R-0016 on or about 16 May 2011, pending funding availability, for Maintenance of Railcar, Tractor Trailer, Automobile, and Aircraft/Structural Live Fire Trainers at various AMC installations. Contractor shall provide all consumable materials, specialized tools and equipment, and qualified labor to inspect, test, maintain and repair the Air Mobility Command (AMC) structural and aircraft Liquid Propane Gas (LPG)-fueled fire trainers (mobile and fixed facility) along with additional trainers, including Commercial Off-the-Shelf (COTS) training systems (i.e., LPG car simulators, railroad car simulators, and tractor-trailer simulators) in a manner that will ensure their serviceability and prevent deterioration in operational effectiveness. Services are to be performed at the following installations: Charleston JB, South Carolina; Dover AFB, Delaware; Fairchild AFB, Washington; Grand Forks AFB, North Dakota; Little Rock AFB, Arkansas; MacDill AFB, Florida; McChord JB, Washington; McConnell AFB, Kansas; McGuire/Dix/Lakehurst JB, New Jersey; Scott AFB, Illinois; and Travis AFB, California. This acquisition will be conducted utilizing the Performance Price Trade Off (PPT) technique in accordance with Federal Acquisition Regulation (FAR) Subpart 15.101-1, using Informational Guide 5315.101-1 Approach #1 (evaluate technical, rank by price, assess performance for all offerors) to evaluate offers submitted in response to the RFP. The anticipated contract type for the resultant contract will be Firm Fixed Price with cost-reimbursable line items for Travel and Parts, and a Not Separately Price (NSP) line item for Contract Data Requirements List (CDRL) deliverables. An optional CLIN for Major Repairs will also be included to be negotiated at the time a requirement is identified. Solicitation FA4452-11-R-0016 will be a competitive Small Business set-aside. The North American Industry Classification System (NAICS) code to be used for this procurement is 811310, Commercial and Industrial Machinery and Equipment (except Automotive and Electronic) Repair and Maintenance, with a small business size standard of $7 million. The RFP and subsequent contract will include FAR clauses 52.212-3, Offeror Representations and Certification-Commercial Items, 52.219-6, Notice of Total Small Business Set-Aside, and 52.219-14, Limitations On Subcontracting. The anticipated period of performance is as follows: Base Period: 1 Oct 11 - 31 Sep 12 Option Period One: 1 Oct 12 - 31 Sep 13 Option Period Two: 1 Oct 13 - 31 Sep 14 Option Period Three: 1 Oct 14 - 31 Sep 15 Option Period Four: 1 Oct 15 - 31 Sep 16 The total performance period is 60 months. The anticipated award date is 1 Oct 11. Attached is a draft Performance Work Statement (PWS) which is anticipated to be posted with the RFP. HQ AMC/A7KQC is interested in receiving industry comments regarding the draft PWS for potential incorporation into the RFP. Please keep all comments clear and concise. Submit questions/comments electronically to the Contract Specialist no later than 4:00 PM CST, 10 May 2011. All questions shall be directed to Ms. Deane Turner, Contract Specialist, at 618-229-0805 or deane.turner@us.af.mil or Ms. Keri Lindsco, Contracting Officer, at 618-256-9948 or keri.lindsco@us.af.mil.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AMC/AMCLGCF/FA4452-11-R-0016/listing.html)
- Place of Performance
- Address: Various AMC Installations, United States
- Record
- SN02438672-W 20110505/110503234421-9864464201d3c9835999b3c21318d9f0 (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 |