SPECIAL NOTICE
13 -- Ground Support Equipment
- Notice Date
- 1/5/2016
- Notice Type
- Special Notice
- NAICS
- 332994
— Small Arms, Ordnance, and Ordnance Accessories Manufacturing
- Contracting Office
- Department of the Air Force, Air Force Materiel Command, AFLCMC/EBMK - Eglin, 102 W D Ave Bldg 11, Eglin AFB, Florida, 32542, United States
- ZIP Code
- 32542
- Solicitation Number
- FA8681-16-D-FMS_TBD
- Archive Date
- 2/20/2016
- Point of Contact
- Brian Chisholm, Phone: 8508832608, Debora Berg, Phone: 850-883-3508
- E-Mail Address
-
brian.chisholm.1@us.af.mil, debora.berg@us.af.mil
(brian.chisholm.1@us.af.mil, debora.berg@us.af.mil)
- Small Business Set-Aside
- N/A
- Description
- NOTICE OF CONTRACT ACTION (NOCA) - The Armament Directorate's Direct Attack Division, International Program Office (EBDI) intends to solicit and award a five (5) year Indefinite-Delivery, Indefinite-Quantity (IDIQ) sole source contract under the authority of FAR 6.302-1, Only One Responsible Source and No Other Supplies or Services will Satisfy Agency Requirements (10 U.S.C. 2304(c)(1)), to Zitec, Inc. (DUNS 841159242; CAGE 1R9V9; SB: SDVOSB) 1031 Partin Drive N, Niceville FL, 32578-2111. The estimated period of performance of this contract is from 01 August 2016 to 01 August 2021. The Air Force, AFLCMC/EBDI (Direct Attack Division) requires the manufacturing of ground support equipment in support of Small Diameter Bomb Increment 1 (SDB-1), Joint Direct Attack Munition (JDAM), and Enhanced Paveway II (EPII) munitions for multiple FMS countries. The contractor shall provide the necessary personnel, services, material and facilities required, but not limited to, manufacture and deliver the following end items: Universal Lifting Bar Assemblies; Lightweight Lift Bar Assemblies; Munitions Assembly Conveyors; Mobile Power Conditioning Units (MPCU); Six-inch Bomb Roller Assemblies (JDAM); Forklift Ramps; Bomb Rack Unit (BRU) 61 Maintenance, Inspection and Storage Stands; JDAM, LJDAM and EPII Tool Kits for ammunition maintenance; SDB I tool kits to support ammunition, armament and load technicians, Practical Explosive Ordnance Disposal (EOD) System Trainers (PEST) maintenance and Section Removal and Repair (SRR) tools and equipment; Bomb Stands; MK-83 and MK-84 JDAM Strake Alignment Tools; FMU-152 Fuze Adaptor Tools; JDAM Spanner Wrenches; and training on all the above items. An IDIQ contract is anticipated, which may utilize fixed-price and cost-reimbursement contract types. As stated above, it is estimated that the total base contract period of performance will be for five (5) years from time of award. This is not a solicitation or request for proposal, nor does it restrict the Government to a specific acquisition approach. The Government intends to solicit and negotiate for supplies and professional engineering services with only one source under the authority of FAR 6.302-1 [10 U.S.C.(c)(1)], Only One Responsible Source and No Other Supplies or Services Will Satisfy Agency Requirements. In accordance with FAR 5.207(c)(16)(ii), all responsible sources may submit a capability statement, proposal, or quotation, which shall be considered by the agency. Submission of any of these documents shall be at the contractor's expense. Capability statements shall demonstrate how the source can provide the stated deliverables without substantial duplication of costs to the Government or unacceptable schedule delays. Additionally, the capability statement should address whether the opportunity sought after is that of a prime or subcontractor and small business size determination. The decision by the Government not to compete this proposed contract based upon responses obtained from the initial sources sought FBO post (FA8681-15-D-0184) and this notice is solely within the discretion of the Government. The information received will normally be considered solely for the purpose of determining whether to conduct a competitive procurement. The contractor must be registered with the System for Award Management (SAM) to be eligible for contact award or payment from any DOD activity. Information on registration and annual confirmation requirements may be obtained at https://www.sam.gov/portal/public/SAM/#1. All responses must be received electronically to brian.chisholm.1@us.af.mil no later than the closing of this FBO notice. The Air Force Life Cycle Management Center (AFLCMC) has appointed an Ombudsman to hear concerns from potential offerors relating to this acquisition. The Ombudsman does not diminish the authority of the Program Manager or Contracting Officer, but communicates contractor concerns, issues, disagreements, and recommendations to the appropriate Government personnel. When requested, the Ombudsman shall maintain strict confidentiality as to the source of the concern. The Ombudsman does not participate in the evaluation of proposals or in the source selection process. Matters of a routine or administrative nature concerning this acquisition should not be addressed to the Ombudsman, but rather to the Contracting Officer identified. The AFLCMC appointed Ombudsman: Ms. Jill Willingham AFLCMC/AQP Chief, Acquisition Program Management Division 1790 10th Street, Bldg. 572, Rm 209B Wright Patterson AFB, OH 937-255-5472 Points of Contact Brian Chisholm, Contract Specialist, (850)883-2608, brian.chisholm.1@us.af.mil Debora R. Berg, Contracting Officer, (850)883-3508, debora.berg@us.af.mil
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/52f95dd5ad0c8025e0b8c20baf7a239c)
- Place of Performance
- Address: Department of the Air Force, Air Force Material Command (AFMC), Air Force Life Cycle Management Center (AFLCMC), Armament Directorate’s Direct Attack Division (EBD), Eglin AFB, Florida, 32542, United States
- Zip Code: 32542
- Zip Code: 32542
- Record
- SN03983589-W 20160107/160105235126-52f95dd5ad0c8025e0b8c20baf7a239c (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 |