Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MAY 27, 2023 SAM #7851
SOLICITATION NOTICE

17 -- Mobile Aircraft Arresting System (MAAS)

Notice Date
5/25/2023 10:03:53 AM
 
Notice Type
Solicitation
 
NAICS
336413 — Other Aircraft Parts and Auxiliary Equipment Manufacturing
 
Contracting Office
FA8534 AFLCMC WNKAC ROBINS AFB GA 31098-1670 USA
 
ZIP Code
31098-1670
 
Solicitation Number
FA8534-23-R-0001
 
Response Due
6/26/2023 2:00:00 PM
 
Archive Date
08/31/2023
 
Point of Contact
Brandi Moody, Philip Holt
 
E-Mail Address
brandi.moody@us.af.mil, philip.holt@us.af.mil
(brandi.moody@us.af.mil, philip.holt@us.af.mil)
 
Description
5/25/2023 - This posting has been edited to include RFP Amendment 06, which reopens RFP FA8534-23-R-0001, extends proposal due date to 26 June 2023, 5:00 PM EST, and incorporates a surge CLIN for the basic and option periods.�� 4/26/2023 - This posting has been edited to include RFP Amendment 05, which suspends RFP FA8534-23-R-0001 indefinitely. Included in the amendment is attachment titled ""MFR_Notice to Offerors"" which lists seven (7) questions for the offerors to respond to the government by 05 May 2023, 12:00 PM EST.� 2/27/2023 -�This posting has been edited to include RFP Amendment 04, which�extends the proposal response date to 15 March 2023 at 5:00 PM EST and to add eight (8) additional drawings for the MAAS Drawing Package.� **NOTE: Due to the size, the MAAS Drawing Package_Revision 01 will not be loaded onto�SAM.gov. The Drawing Package will be released separately via DOD SAFE upon official�request sent via email to brandi.moody@us.af.mil, philip.holt@us.af.mil, and minh.tran.16@us.af.mil. 2/21/2023 -�This posting has been edited to include RFP Amendment 03, which rescinds the RFP attachment�""Statement of Work (SOW) dated 13 Oct�2022"" and replaces it with the updated ""Statement of Work (SOW)_Revision 01 dated 15 Feb 2023"".� 2/03/2023 - This posting has been edited to include RFP Amendment 02, which updates the Section L Attachment A revising the download instructions for the Past Peformance Information (PPI) Tool. The new Section L Rev1 document replaces the previous version. **NOTE: Interested vendors in need of the PPI Tool, please send email request and include point of contact and associated email address for subsequent DoD SAFE transmittal.** 1/25/2023 -�This posting has been edited to include RFP Amendment 01, which�extends the proposal response date by 15 calendar days. *OFFICIAL RELEASE:�Attached is the�RFP and all attachments for the manufacturing and production of Mobile Aircraft Arresting System, (NSN 170-01-513-9539RN). The Support Equipment and Vehicles Division at Robins AFB, GA (AFLCMC/WNZ) has a requirement for a 6-year, firm-fixed price, requirements-type contract for the Mobile Aircraft Arresting System (MAAS). It has been determined that this requirement involves items that have a Critical Safety item and/or Critical Item Application and therefore requires sources be pre-qualified in order to propose. To be considered a qualified source, vendors shall have an active Source Approval Request (SAR). All responsible/qualified sources may submit a proposal which shall be considered by the agency. The MAAS is a military unique deployable asset developed as an expeditionary aircraft recovery system, which can be quickly setup and used to recover tactical aircraft at damaged runways or at installations where primary arresting systems are not in operation. The MAAS consists of two identical mobile units. Each unit houses one Barrier Arresting Kit (BAK)-12 rotary friction energy absorber. The mobile units (i.e. trailers) contain all the basic components of a fixed base arresting system and all the tools and hardware necessary for installation and removal. These units are capable of being transported over land, sea and through the air. This acquisition will utilize the Tradeoff source selection procedures in accordance with FAR 15.101-2 and 15.3 as supplemented by the DoD Source Selection Procedures (Aug 2022) referenced in DFARS 215.300 and the AFFARS Mandatory Procedures 5315.3 to make an integrated assessment for a best value award decision. Among those offerors with acceptable Small Business Participation proposals, tradeoffs may be made between past performance and cost/price, with past performance being considered significantly more important than cost/price. This may result in an award to a higher rated, higher priced offeror where the decision is consistent with the evaluation factors and the Source Selection Authority (SSA) reasonably determines that the superior past and present performance of the higher priced offeror outweighs the cost/price difference. To arrive at a best value decision, the SSA will integrate the Source Selection Team�s (SST�s) evaluations of the factors described in this provision. Interested offerors may contact, via email, the POCs listed below for any additional questions. NO TELEPHONE QUESTIONS will be accepted. Offerors are encouraged to register on the site to receive notifications regarding the solicitation and all amendments/revisions. **Due to size, the MAAS Drawing package was not loaded onto SAM.gov. The Drawing Package will be released separately via DoD SAFE upon offcial request sent via email to brandi.moody@us.af.mil and minh.tran.16@us.af.mil.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/3c95ee45be2e4289afc8a3a88ebfbf73/view)
 
Record
SN06694712-F 20230527/230525230113 (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 |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  © 1994-2020, Loren Data Corp.