Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF SEPTEMBER 12, 2018 FBO #6137
SOLICITATION NOTICE

J -- Aircraft Indicator Repair and Overhaul for Tobyhanna Army Depot, Tobyhanna, PA 18466

Notice Date
9/10/2018
 
Notice Type
Presolicitation
 
NAICS
488190 — Other Support Activities for Air Transportation
 
Contracting Office
Department of the Army, Army Contracting Command, ACC - APG (W25G1V) Tobyhanna, 11 HAP ARNOLD BLVD, TOBYHANNA, Pennsylvania, 18466-5100, United States
 
ZIP Code
18466-5100
 
Solicitation Number
W25G1V18R0049
 
Archive Date
10/10/2018
 
Point of Contact
Stephanie Coleman, Phone: 5706155043
 
E-Mail Address
stephanie.m.coleman17.civ@mail.mil
(stephanie.m.coleman17.civ@mail.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
The Army Contracting Command - Aberdeen Proving Grounds (ACC-APG), Division E, Tobyhanna Branch, Tobyhanna, PA 18466, intends to issue a Request for Proposal (RFP) for a firm-fixed price, one (1) year service contract to test, evaluate, and overhaul 149 each Horizontal Situation Indicators ID-2278B/A and 269 each Vertical Situation indicators ID-2277A/A in accordance with the corresponding Depot Maintenance Work Requirement (DMWR) and Performance Work Statement (PWS). Indicators will be provided in an unserviceable condition as returned from Army Organizational Level Maintenance. All unserviceable indicators will be provided by Tobyhanna Army Depot, 11 Hap Arnold Blvd., Tobyhanna, Pa. 18466. In support of this effort the Contractor shall provide all labor, equipment and materials to test, evaluate, report condition and execute overhaul of the aircraft instruments. Proposals will be evaluated on Technical, Past Performance, and Price. As part of the Technical submittals, prospective offerors shall show capability of satisfying this complete requirement with personnel who have a minimum of 5 years of experience and can provide evidence of having performed repairs on this type of instrument. Prospective offerors shall show that the facilities in which the work will be performed has a Federal Aviation Administration (FAA) Certification to Part 145 Repair Station Rating as defined in Title 14 of the Code of Federal Regulations (14 CFR) part 145, section 145.59 for Instrument Repair. Also, Prospective offerors shall show that the facilities in which the work will be performed meets the requirements of Federal Standard 209E Class 100,000 Clean Room with Certification Records in accordance with (IAW) Technical Order (TO) 00-25-203. In addition, recent and relevant past performance for same or similar requirements performed within the past three (3) years demonstrating successful performance on previous contracts will be required with proposal submitted. This requirement has been designated as a 100% Total Small Business Set-Aside under NAICS Code 488190, size standard $32,500,000.00. This acquisition is being conducted in accordance with FAR Part 15- Contracting by Negotiations. The Solicitation, Request for Proposal (RFP), W25G1V-18-R-0049, will be issued on or about September 25, 2018. Actual issue and due dates will be established in the solicitation. The RFP will be available for download on the Federal Business Opportunities Page. Vendors wishing to obtain an electronic copy may download the RFP on or after the issue date at the following internet address: https://www.fbo.gov/ At Keyword/Solicitation Number, insert W25G1V-18-R-0049 and click Search. The solicitation will be issued electronically only. No paper or disc copies will be issued. It is incumbent upon interested sources to periodically access the internet site through closing to obtain any amendments which may be issued. All amendments must be acknowledged in the proposal submission. All proposals submitted shall require a technical proposal clearly describing the contractor's capability to provide the requirements of the solicitation and the Performance Work Statement. In order to be eligible for award, all offerors must have a current and active registration in the System for Award Management (SAM) website, https://www.sam.gov and not show any Active Exclusions or have any Debt Subject to Offset. Offerors must be found to be responsible in accordance with FAR Subpart 9.1 - Responsibility of Prospective Contractors. FOR INFORMATION ONLY: This Synopsis is ONLY A NOTIFICATION that a solicitation is anticipated and forthcoming; no proposals are being accepted at this time. All information contained within this Pre-Solicitation Notification is subject to change. This notice does not obligate the Government to award a contract. All questions regarding this SYNOPSIS should be submitted in writing via email to the Contract Specialist as noted below. Point of contact is: Stephanie Coleman, Contract Specialist. Phone: 570-615-5043, E-mail: stephanie.m.coleman17.civ@mail.mil.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/44bbc620577d15dc4ebd97d43b5c90fd)
 
Place of Performance
Address: 11 Hap Arnold Blvd, Tobyhanna, Pennsylvania, 18466, United States
Zip Code: 18466
 
Record
SN05080953-W 20180912/180910231212-44bbc620577d15dc4ebd97d43b5c90fd (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.