SOLICITATION NOTICE
15 -- HC-130J Paratroop Door and Integrated Armor with Spring-loaded Counter Balance System
- Notice Date
- 6/18/2020 10:05:53 AM
- Notice Type
- Presolicitation
- NAICS
- 336413
— Other Aircraft Parts and Auxiliary Equipment Manufacturing
- Contracting Office
- FA8509 AFLCMC WIUKA ROBINS AFB GA 31098-1670 USA
- ZIP Code
- 31098-1670
- Solicitation Number
- FA850920R0021
- Response Due
- 7/18/2020 9:30:00 AM
- Archive Date
- 08/02/2020
- Point of Contact
- Bryan Canady, Phone: 4789264430
- E-Mail Address
-
bryan.canady@us.af.mil
(bryan.canady@us.af.mil)
- Description
- DESCRIPTION: THIS IS A SOLE SOURCE SYNOPSIS!� The Air Force Life Cycle Management Center (AFLCMC) intends to issue solicitation FA850920R00XX for a Best Estimated Quantity (BEQ) requirements contract to furnish the expertise, capabilities, and experience to meet qualification requirements to manufacture the - all materials, parts and labor necessary in support of the HC-130J Paratroop Bubble Door modification effort. REQUIREMENT: The modification kit for the HC-130J Paratroop Door will include Integrated Armor with Spring-loaded Counter Balance system. Airdyne SABIR Door Assembly Kit.� Each kit shall provide the following: AS-6 BKS Door Assembly; AS-6 BKS Door Environmental Storage Loading Container (ESLC); AS-6R Door Retract Installation Kit.� Includes: 4� Negator; Catch Lever; and Door Electrical Routing; AS-6 NIJ Level III Door Armor Ship Set (Window IIIA); FS737 Post Mod Installation Kit; AS-6 LH Field Spares Kit and ESLC; AS-6 RH Field Spares Kit and ESLC; AS-6R Field Spares Kit; BAE Seat Foot Rest; Door Armor Spare Set; BAE Seat Pan Fabric (purchased on contract # W911NF-18-D-0001); and All wedge anchors, bolts, nuts, washer, screws, and other associated hardware shall be supplied with the kits. � 2.� CDRL A001, DI-MGMT 80368A, Monthly Status Report 3.� Transportation Cost This will be a Requirements contract with Firm Fixed Price CLINS for the Kits, Cost Reimbursable No Fee CLINS for Transportation and Not Separately Priced (NSP) CLINS for Data. This requirement if for supplies that will be shipped by traceable means to the locations provided by Appendix B. The applicable NAICS code is 336413 (Rebuilding/Overhaul of Aircraft Equipment) with a small business size standard of 1,250 employees. In addition, this procurement will utilize the policies and procedures of FAR Part 15 ""Contracting by Negotiation."" This contract is anticipated to have a 12 month basic ordering period and three (3) 12 month out year ordering periods for a total of 48 months. A Sources Sought (SS)/Request for Information (RFI) synopsis was posted to Federal Business Opportunities (FedBizOpps) on 12 December 2018, with a response date of 14 January 2019, under solicitation number FA8509-19-R-RFIBubble Door.� Based on the result of the Sources Sought Notice and other market research conducted, the Government has determined that this requirement will be Sole Source to Sargent Fletcher, Inc. IAW FAR 5.207(c)(16)(ii) All responsible sources may submit a capability statement, proposal, or quotation, which shall be considered by the agency.� This notice of intent is not a request for competitive quotes. ��The government plans to post a solicitation for this effort on www.betasam.gov/ on or around June/July 2020 with an approximate response timeframe of 30 days. �Phone calls will not be accepted. Contact Information: 235 Byron Street Suite 19A Bldg. 300 Room E417 Robins AFB, GA� 31098 Primary Point of Contact: Teisha M Brown Contract Specialist teisha.brown@us.af,mil Secondary Point of Contact: Bryan Canady Contracting Officer bryan.canady@us.af.mil
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/462d324680074529a638396bf20b310d/view)
- Place of Performance
- Address: Warner Robins, GA 31098, USA
- Zip Code: 31098
- Country: USA
- Zip Code: 31098
- Record
- SN05695716-F 20200620/200618230159 (samdaily.us)
- Source
-
SAM.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's SAM Daily Index Page |