Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MARCH 11, 2017 FBO #5587
SOLICITATION NOTICE

17 -- MHU-196/204 Engineering Services

Notice Date
3/9/2017
 
Notice Type
Presolicitation
 
NAICS
541330 — Engineering Services
 
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
FA8532-17-R-0006
 
Archive Date
4/8/2017
 
Point of Contact
Steven L. Dent, , Shea E. Hart,
 
E-Mail Address
Steven.Dent@us.af.mil, Shea.Hart@us.af.mil
(Steven.Dent@us.af.mil, Shea.Hart@us.af.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
This is a notice of intent that Support Equipment and Vehicles Division at Robins AFB, Georgia (AFLCMC/WNZ) anticipates issuing a Request For Quote (RFP) for the acquisition of Engineering Services in support of the Munitions Handling Unit (MHU) 196/204 program; NSNs 1740-01-189-7381, 1740-01-621-1713, 1450-01-455-2891, 1740-01-620-7092. The MHU-196 and MHU-204 trailers (herein referred to as MHU-196/204) are auxiliary electrically powered towed vehicles used to transport, position, and upload/download conventional and packaged nuclear munitions onto/for B-1B, B-2 and B-52 aircraft. The MHU-196/204 underpins part of the United States nuclear deterrent program; specifically, DOD has no other equipment capable of loading/unloading packaged nuclear bombs onto inventoried bomber aircraft. Interested sources are advised that the RFP will require the submission of a detailed technical proposal. The RFP will describe the Government's acquisition methodology for a Low Price Technically Acceptable (LPTA) award decision. We anticipate awarding up to four (4) Cost-Plus-Fixed-Fee, Indefinite-Delivery Indefinite-Quantity (IDIQ) type contract. As this requirement has been set-aside 100% for small business competition, no foreign companies will be permitted to participate in the competition. This requirement will consist of one basic period of 12 months and two annual option periods. The RFP is expected to be published on the FBO website on or around 24 March 2017. All questions regarding the RFP must be submitted in writing to steve.dent@us.af.mil. No telephone inquiries will be permitted.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/WRALC/FA8532-17-R-0006/listing.html)
 
Record
SN04430362-W 20170311/170309235150-65cd0e69225bce12001bfb3c6ff2b47d (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.