SOLICITATION NOTICE
17 -- TEST SET, INDICATOR
- Notice Date
- 11/28/2012
- Notice Type
- Presolicitation
- NAICS
- 334515
— Instrument Manufacturing for Measuring and Testing Electricity and Electrical Signals
- 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
- FA8532-13-R-00152
- Archive Date
- 1/29/2013
- Point of Contact
- Deborah L. Jordan, Phone: (478) 222-1610
- E-Mail Address
-
deborah.jordan@robins.af.mil
(deborah.jordan@robins.af.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- This requirement is for a firm-fixed price contract for NSN 4920-01-091-8719RN Part Number 68D310053-1003, Fuel Quantity Gaging System Test Set. The Fuel Quantity Gaging System Test Set is used to support F-15A/B/C/D/E, FM F-15A/C/D, FM TF-15A, F-15J, F-15DJ, SA F-15C/D, F-15S, and F-15I platforms. The test set is used to detect and isolate faults in the fuel level sensing and fuel transfer control units, fuel tank probes, thermistor sensors and associated wiring of the F-15 fuel quantity gaging system. The test set dimensions are 16"L x 14"W x 12"H, weight: 44 lbs. The basic year requirement is for one (1) each FIRST ARTICLE (for previously unqualified sources) as well as three (3) each PRODUCTION QUANTITIES (total four each for previously qualified sources). Also included are associated first article data requirements (i.e., Test Plan, Test Report) and three (3) Option Periods for a quantity range of 1-5 each. Options may be exercised anytime within 365, 730, or 1095 days respectively after award. Options support both USAF/FMS requirement. DELIVERY REQUIREMENTS: Delivery is due 210 days ARO contract award to DSR004 in the basic year. Delivery in option periods is 210 days after exercise of option. Destinations in option periods may include both CONUS and OCONUS locations. All assets will be shipped FOB Origin. RFP and drawing package will be posted to www.fedbizopps.gov approximately 14 Dec 12. Electronic procedures will be used for this solicitation only. NO TELEPHONE REQUESTS WILL BE HONORED and no hard copies will be mailed out. This proposed contract action is a 100% small business set-aside. One or more of the items under this acquisition is subject to Free Trade Agreements. All questions regarding the RFP and/or the data package must be submitted in writing to Deborah.Jordan@robins.af.mil with copy to Kathryn.Canady@robins.af.mil. QUESTIONS REGARDING THE RFP OR ATTACHMENTS THERETO (TO INLCUDE DATA PACKAGE) SHALL NOT BE SUBMITTED BY TELEPHONE. 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 for solicitation and all amendments/revisions and to check the FEDBIZOPPS site prior to submission of proposal.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/WRALC/FA8532-13-R-00152/listing.html)
- Record
- SN02938236-W 20121130/121128234151-3f7073e5afbbd21182ffb471602d156c (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 |