SOLICITATION NOTICE
16 -- Block 45 Full Rate Production Group A Kit Procurement - Electrical - Drawing Status - Removal List - Decals - Landing Gear Position - Process Specs - Master Material - Procedures - Draft RFP - Misc. Material - Mechanical - Top Level
- Notice Date
- 10/21/2014
- Notice Type
- Presolicitation
- NAICS
- 336413
— Other Aircraft Parts and Auxiliary Equipment Manufacturing
- Contracting Office
- Department of the Air Force, Air Force Materiel Command, PK/PZ Tinker AFB, 3001 Staff Drive, Ste 1AG76A, Tinker AFB, Oklahoma, 73145-3015, United States
- ZIP Code
- 73145-3015
- Solicitation Number
- FA8105-14-R-0009
- Point of Contact
- Misti DeShields, Phone: 4057367943
- E-Mail Address
-
misti.deshields.1@us.af.mil
(misti.deshields.1@us.af.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- Data Item Descriptions CDRL A004 CDRL A003 CDRL A002 CDRL A001 Evaluation Factors Instructions to Offeror's Statement of Work Draft RFP Draft RFP This Draft RFP is associated with RFI titled KC-135 Block 45 Group A Kit Follow On Production RFI Sources Sought, posted to FBO on 31 Oct 2013. It is also associated with Synopsis FA8105-14-R-0001 posted to FBO on 26 Aug 2014. This Draft RFP is for informational purposes only. The Government does not expect proposals in response to this notice. General Requirements The Government plans to award a multiple award contract for Block 45 Full Rate Production Group A Kit acquisition. Block 45 will primarily consist of the development, fabrication, testing, packaging and management to deliver up to 377 Block 45 Group A Production Kits. This work is required to construct a kit IAW drawings and technical data provided. The Block 45 Group A Production Kit is required to integrate and install Block 45 Group B Line Replaceable Units (LRUs) into the C/KC-135 aircraft. The Group B LRUs are indentified in Table 1 and are not a part of this requirement, however they are indentified in the provided drawing and data packages. The Block 45 Group A Production Kits include, but are not limited to, cables, wiring, junction boxes, connectors, lights, panels, mounts, racks and the hardware necessary to install Group B LRUs as identified in the drawings and technical data packages provided. The drawings for this contracting effort are export controlled and require a DD 2345 US-Canada Joint Certification. A DD 2345 certification can be obtained at htttp://www.dlis.dla.mil/jcp/ This acquisition will be for a FAR Part 12 Lowest Price Technically Acceptable (LPTA), multiple award IDIQ contract and is a 100% small business set-aside. The period of performance for the contract is anticipated to be for a three-year basic contract starting May 2014 through April 2018, as well as six 1-year options beginning Apr 2018 through April 2024.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/OCALCCC/FA8105-14-R-0009/listing.html)
- Place of Performance
- Address: All work related to this requirement will take place at the contractor's facility., United States
- Record
- SN03554751-W 20141023/141021234218-c6fdd0ec31c980d638b82601f1facce3 (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 |