Inactive
Total Small Business Set-Aside (FAR 19.5)
Notice ID:FA8534-21-R-0004
This is a pre-solicitation notice. The Support Equipment and Vehicles division at Robins AFB, GA (AFLCMC/WNKAC) has a requirement for Collapsible Fuel Tanks (CFTs) in the following sizes: 10,000 gallo...
This is a pre-solicitation notice. The Support Equipment and Vehicles division at Robins AFB, GA (AFLCMC/WNKAC) has a requirement for Collapsible Fuel Tanks (CFTs) in the following sizes: 10,000 gallon (NSN: 5430-01-511-2125RN), 50,000 gallon (NSN: 5430-01-517-8580RN) and 210,000 gallon (NSN: 5430-01-511-4293RN) in accordance with performance specification, MIL-PRF-32233C. The Collapsible Fuel Tanks are used to provide short term storage of JP-8, JP-5 and Diesel. All CFT production units will be shipped FOB Origin. The Government intends to award a six year, Firm-Fixed Price (FFP), Requirements contract with Best Estimated Quantities (BEQs). The RFP and resultant contract will be structured with one basic period of 24 months and four annual option periods. The production quantities are as follows: Basic Period: Pre-Production Units: 10K - 1; 50K - 1; 210K - 1 // Production Units: 10K - 16 (BEQ); 50K - 51 (BEQ); 210K - 24 (BEQ) // Within Year Production for Excess Quantities: 50K - 30 (BEQ); 210K - 15 (BEQ) Option I: Production Units: 10K - 16 (BEQ); 50K - 60 (BEQ); 210K - 30 (BEQ) // Within Year Production for Excess Quantities: 50K - 30 (BEQ); 210K - 15 (BEQ) Option II: Production Units: 10K - 16 (BEQ); 50K - 60 (BEQ); 210K - 30 (BEQ) // Within Year Production for Excess Quantities: 50K - 30 (BEQ); 210K - 15 (BEQ) Option III: Production Units: 10K - 16 (BEQ); 50K - 60 (BEQ); 210K - 30 (BEQ) // Within Year Production for Excess Quantities: 50K - 30 (BEQ); 210K - 15 (BEQ) Option IV: Production Units: 10K - 16 (BEQ); 50K - 60 (BEQ); 210K - 30 (BEQ) // Within Year Production for Excess Quantities: 50K - 30 (BEQ); 210K - 15 (BEQ) This requirement is a 100% small business set-aside. FAR part 12 and 15 procedures will be used for this acquisition. Offerors shall prepare their proposal in accordance with the mandatory and detailed instructions to be included in the RFP. This acquisition will utilize the tradeoff source selection process wherein among those offerors with technically acceptable proposals, tradeoffs may be made between past performance and price, with past performance being considered approximately equal to price. The Government will evaluate proposals and make award in accordance with the "Evaluation Factors for Award" provision in the RFP. Foreign companies will not be permitted to participate in the competition. All responsible sources may submit a bid, proposal, or quotation which shall be considered by the agency. The RFP is expected to be published on SAM.gov on or around 01 Sep 2021. NO HARD COPIES WILL BE PROVIDED. 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 notification for solicitation and all amendments/revisions.