Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 20, 2011 FBO #3464
SOLICITATION NOTICE

J -- USAF T-10 Hush House Relocation

Notice Date
5/18/2011
 
Notice Type
Presolicitation
 
NAICS
336413 — Other Aircraft Parts and Auxiliary Equipment Manufacturing
 
Contracting Office
WR ALC GRVKBA; 460 RICHARD RAY BLVD STE 200;BLDG 301 CP 478 2221901; ROBINS AFB; GA; 31098
 
ZIP Code
31098
 
Solicitation Number
FA8519-11-R-33707
 
Response Due
7/3/2011
 
Point of Contact
Dale E Dalrymple, Phone 478-222-7350, Fax 000- -, EmailDale.Dalrymple.1@robins.af.mil
 
E-Mail Address
Dale Dalrymple
(Dale.Dalrymple.1@robins.af.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
Solicit Num: FA8519-11-R-33707Solicit Type: SynopsisDate Posted: 18 May 2011 Title: USAF T-10 Hush House (2 ea) Relocation from Cannon AFB, NM toHurlburt Fld, FL NACIS: 336413 Expected Solicitation Date: 3 June 2011 Set Aside: 100% Small Business Classification Code: 49 Primary POC: Dale Dalrymple - dale.dalrymple.1@robins.af.mil NSN: 4920011274640RN P/N: A/F37T-10Noun: T-10 Hush HouseQuantity: 1 LO Scope: The purpose of this effort is to perform a relocation of two (2ea) A/F37T-10 Noise Suppressors, also known as a Hush House, from CannonAir Force Base, NM to Hurlburt Field, FL. These hush houses will work inconjunction with an "Enclosed Noise Suppressor System Aircraft/Engine(hush house) Type A/F37T-10 and A/F37T-11 with T-21D test stand and T56engine (separate contract)." This effort shall include, but is notlimited to, (a) Original site assessments, (b) Coordination andinspection of predetermined gaining site, (c) Transportation planningand scheduling, (d) Disassembly and packaging for shipment, (e) Removalof material and debris from original site down to the foundation andslab, (f) Loading, (g) Storage of components, (h) Utility installationand activation coordination for new site, (i) Unloading at new site (orvendor facility if required), (j) Repair/Refurbishment/replacement ofsub-components, (k) Reassembly/Installation to restore to full operatingcapability, and (l) Verification testing/inspections. PWS will include (but is not limited to): Disassembly Shipment Repair/Refurbish/Replace: General Structural Components, AcousticPanels and Intake Baffles, Main Doors, Exterior Cladding, PersonnelDoors, Augmentor Tube Refurbishment, and Bay Lighting New Supply: Roof, Electrical System, Hardware, Facility ControlSystem, Bird Screens, Fire Suppression System (FSS), Inlet TurningVanes, Control Room HVAC, and Roll-Up Doors Storage: Assembly: Data: CAVAF Reporting, Relocation / Refurbishment evaluation, MonthlyStatus Reports, Final Report, Engineering Change Proposals (ECPs),Notice of revision (NOR), Test Procedures and Report, Test/InspectionReport, GIDEP (Alert/Safe Alert & Response), and Status Report (SafetyPlan) Period of Performance: 20 Months - ARO Contract Electronic procedure will be used for this solicitation. The proposed contract action is for services for which the Governmentintends to solicit and negotiate competitively as a 100 percent smallbusiness set-aside. Interested Parties or Person(s) may identify theirinterest and capability to respond to the requirement or submit aquote(s). This notice of intent is NOT a request for competitiveproposals. Data will be made available on line when the RFP is posted. Onlybusinesses that have been certified by the Department of Defense, UnitedStates/Canada Joint Certification Office, and have a valid requirementmay have a copy of the solicitation document. All requests for copies ofthe solicitation document must include a certified copy of DD Form 2345,Militarily Critical Technical Data Agreement. To obtain certification,contact: Commander, Defense Logistics Information Service (DLIS), ATTN:U.S./Canada Joint Certification Office, 74 Washington Avenue North,Battle Creek, MI 49017-3084 or call the DLIS at (800)-352-3572. The DLISUnites States/Canada Joint Certification Lookup service is available viathe Internet at: http://www.dlis.dla.mil/ccal/. The approximate RFP issue date will be 3 June 2011; proposals are due 30days from RFP issue Date. Electronic procedures will be used for thissolicitation at www.fedbizopps.gov only. NO TELEPHONE REQUESTS WILL BEHONORED and no hard copies will be mailed out. The Government will evaluate past performance utilizing thePerformance/Price Tradeoff (PPT) source selection procedure to make anintegrated assessment for a best value award decision. Tradeoffs will bemade between past performance and price, with past performance beingconsidered slightly more important than price. All questions regarding the RFP and/or the data packages must besubmitted in writing to dale.dalrymple.1@robins.af.mil with copy tosonia.lizotte@robins.af.mil. NO TELEPHONE 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 notification forsolicitation and all amendments/revisions and to check the FEDBIZOPPSsite prior to submission of proposal. Contracting Office Address:WR-ALC/PK Acquisition Opportunities235 Byron StWarner Robins, Georgia 31098-1611United States Primary Point of Contact:Dale Dalrympledale.dalrymple.1@robins.af.mil Phone: (478) 222-7350Fax: (478) 222-1852
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/WRALC/FA8519-11-R-33707/listing.html)
 
Record
SN02451563-W 20110520/110518235307-8052ccab483d425e2cac43a8de1cfefd (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.