SOLICITATION NOTICE
15 -- Effort for production of Line Replaceable Unit, Shop Replaceable Unit, pipeline spares, and circuit cards for AN/ALE-47 CMDS Prime Mission Equipment - TECHNICAL DATA PACKAGE - Past Performance Questionnaire - Master Bid Set - Technical Data Package - Statement of Work - Attachment #1 - Draft CLIN Structure - Section L Instructions to Offerors - Section M Basis for award evaluation
- Notice Date
- 7/2/2014
- Notice Type
- Presolicitation
- NAICS
- 334511
— Search, Detection, Navigation, Guidance, Aeronautical, and Nautical System and Instrument Manufacturing
- Contracting Office
- Department of the Air Force, Air Force Materiel Command, PK/PZ - Robins AFB, 215 Page Rd, Robins AFB, Georgia, 31098-1611, United States
- ZIP Code
- 31098-1611
- Solicitation Number
- FA8523-14-R-30058-DRAFT
- Archive Date
- 12/31/2014
- Point of Contact
- Maurice D. Randolph, Phone: 4789267487, Brandi W. Moody, Phone: 478-926-3018
- E-Mail Address
-
maurice.randolph.1@us.af.mil, brandi.moody@robins.af.mil
(maurice.randolph.1@us.af.mil, brandi.moody@robins.af.mil)
- Small Business Set-Aside
- N/A
- Description
- Evaluation Basis for Award Instructions to Offerors Draft CLIN Structure RFP Attachments SOW Master Bid Set Past Performance Questionnaire The Warner Robins AFLCMC will procure production deliverables for the AN/ALE-47 CMDS Prime Mission Equipment in support of new airframe production and modification program installs and pipeline spares and circuit cards used in organic repair lines. Multiple Part numbers and NSNs are required as deliverables in accordance with the spreadsheet attached to this draft RFP notice. Data items will be not seperately priced (NSP). The successfull offeror shall provide the resources to deliver AN/ALE-47 Air Force Line Replacable Units and/or Navy Weapon Replaceable Assemblies (WRAs), Cockpit Display Unit (CDU), Programmer, Safety Switch, Sequencer Switch and Air Force Dispenser Assemblies according to aircraft users' install schedules. Spare circuit cards and LRUs shall be produced and delivered to support users spares requirements. The period of performance will be a 7.5 year period of performance. The 7.5 year period of performance will consist of a basic period of 30-months with five option periods of 12 months each. The basic period of 30-months will be used to ensure the successful offeror has completed first article qualification. This effort will be conducted using Soure Selection Procedures in accordance with FAR 15.3 and DoD Source Selection Procedures dated 1 JUL 2011. This acquisition is a Small Business set-aside that will use the Tradeoff Source Selection process wherein a tradeoff between non-cost and cost/price will be permitted to make a best-value award decision. Specific details will be outlined in Section M requirements. A partial Technical Data Package (TDP) is provided with this draft RFP. A complete package will be provided with release of the final RFP. Interested parties should email questions to the PoCs listed in this draft notice. The Place of Performance is to be determined.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/WRALC/FA8523-14-R-30058-DRAFT/listing.html)
- Record
- SN03413439-W 20140704/140703002654-9189c1d3438e1081112c4ee50f778584 (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 |