Search Contract Opportunities

Ground Power Modernization   3

ID: FA8532-22-R-0001 • Type: Presolicitation • Match:  85%
Opportunity Assistant

Hello! Please let me know your questions about this opportunity. I will answer based on the available opportunity documents.

Please sign-in to link federal registration and award history to assistant. Sign in to upload a capability statement or catalogue for your company

Some suggestions:
Please summarize the work to be completed under this opportunity
Do the documents mention an incumbent contractor?
Does this contract have any security clearance requirements?
I'd like to anonymously submit a question to the procurement officer(s)
Loading

Description

Posted: July 13, 2022, 9:11 a.m. EDT

**13 July 2022 Update: Brand name or equivalent J&A posted.

**9 Nov 2021 Update: RFP response date extended to 23 Nov 2021.

**5 Nov 2021 Update: Pre-proposal conference documentation upload

**15 Oct 21 Update: Due to issues surrounding access requests for the export controlled purchase descriptions, these documents are being re-uploaded.

**14 Oct 21 Update: Formal RFP issued and uploaded.

This synopsis is a notice of intent that the Support Equipment and Vehicles Division at Robins AFB, Georgia (AFLCMC/WNKAA) anticipates issuing a Request for Proposal (RFP) for Firm-Fixed Price (FFP)/Cost Reimbursement-No Fee (CRNF), Indefinite-Delivery/Indefinite-Quantity (IDIQ) Multiple Award Contracts for the 72kW Ground Power Unit (GPU) (NSN 6115-01-694-4410 ID), 144 kW GPU (NSN 6115-01-694-4413 ID), and the 144 kW Universal Load Bank (ULB) (NSN 6150-01-695-3297 RN). Two (2) separate groups of awardees are anticipated, with no more than one contract awarded for each group. The group delineated as Group A shall be comprised of all three aforementioned end items, consolidated and awarded within one contract on a full and open competition basis. The group delineated as Group B shall be comprised of the 72 kW GPU end item only, awarded on a small business set aside basis. The duration of the contracts will be for a total of ten (10) years. The contracts will consist of one 36-month/three-year basic period and seven, one-year ordering years. The contracts will contain two ordering periods with one option. Ordering Period I will consist of the Basic and Ordering Years I-II. Option I will consist of Ordering Period II, comprising Ordering Years III-VII. The total quantities are as follows: 2928 for the 72 kW GPU, 250 for the 144 kW GPU, and 300 for the 144 kW ULB.

This acquisition will be partially set aside for small business specifically, the Group B requirements/contract shall be competed and awarded as a small business set aside.

The 72kW GPU shall provide 115/200 and 230/400 volts alternating current (VAC), 400 Hertz (Hz), 28.5 volts direct current (VDC), and 270 VDC external ground power for United States Air Force (USAF) aircraft, capable of providing power to both manned and unmanned attack, bomber, cargo, fighter, general purpose, refueler, specialized, and trainer rotary and fixed wing air vehicles for various ground-based maintenance activities.

The 144 kW GPU shall provide 115/200 VAC, 400 Hz, 28.5 VDC, and 270 VDC external ground power for USAF aircraft, capable of providing power to both manned and unmanned attack, bomber, cargo, fighter, general purpose, refueler, specialized, and trainer rotary and fixed wing air vehicles for various ground-based maintenance activities.

The 144 kW ULB is used as a mobile test set for periodic maintenance and troubleshooting of United States Air Force (USAF) flightline generator sets including the 72 kW GPU and 144 kW GPU, motor generators, solid-state frequency converters, solid-state direct current (DC) power supplies, and manned bomber fixed wing air vehicles on-board alternating current (AC) generators.

A Statement of Work (SOW), Purchase Descriptions (PDs), and various mandatory data deliverable requirements (such as test plans, test reports, design analyses, etc.) will be provided as part of the RFP package. The RFP and resultant contracts require access to technical data that is Export Controlled Data. In order to access Export Controlled Data, vendors must be registered in beta.SAM.gov, CCR, JCP and be approved for export control document access. Should issues arise with beta.SAM access, DoD SAFE transmittal may be used as a backup method to avoid excessive delays.

FAR part 15 procedures will be utilized. The successful offerors shall be required to complete first article units subject to required tests in accordance with the PDs prepared for this acquisition. Required tests will be identified in the test procedures and the test/inspection report, which the contractor shall prepare for program engineer approval. This requirement will also include data such as technical manuals, corrosion prevention and control plan, system safety program plan, training materials, etc. Additionally, Developmental Testing and Evaluation (DT&E), Operational Testing and Evaluation (OT&E), environmental, mobility, and reliability testing will be part of the required testing for this program.

Offerors shall prepare their proposals in accordance with mandatory, explicit, and detailed instruction contained in the RFP. The Government will utilize the Technically Acceptability, Performance Price Trade-off (TAPPT) and will evaluate proposals and make award in accordance with the Evaluation Basis for Award provision in the RFP.

It is anticipated that the RFP will be released on or around 15 October 2021 and anticipated award on or around 26 September 2022. The RFP will be posted to beta.SAM.gov. All responsible sources may submit a proposal, in accordance with any set aside restrictions applicable to the specific portion being proposed to, which shall be considered by the agency. Foreign companies shall not be permitted to participate in the competition.

Previous beta.SAM postings regarding this effort can be found by searching FA8532-21-R-72GPU. A previous copy of this synopsis was also posted under ID number FA8532-21-R-0011; however, due to the new fiscal year, a new notice was required. Upon release of the formal RFP, the previous posting(s) will be archived.

Interested vendors may notify Brandi Owens, email: brandi.owens@us.af.mil, and Reid Sawyer, email: reid.sawyer@us.af.mil. This notification should contain Company Name, Address, Point of Contact, CAGE, Size of Business pursuant to North American Industry Classification System (NAICS) 335312 (1,250 employees). Interested vendors may notifiy the POCs listed above and below for any additional questions. Please note, all questions are requested to be submitted in writing for documentation purposes NO TELEPHONIC QUESTIONS. Offerors are encouraged to register to receive notification for solicitation and all amendments/revisions and to check the beta.SAM.gov site prior to submission of their proposal.

Posted: Jan. 21, 2022, 10:53 a.m. EST
Posted: Nov. 18, 2021, 11:36 a.m. EST
Posted: Nov. 17, 2021, 12:28 p.m. EST
Posted: Nov. 16, 2021, 9:39 a.m. EST
Posted: Nov. 9, 2021, 3:48 p.m. EST
Posted: Nov. 9, 2021, 11:22 a.m. EST
Posted: Nov. 5, 2021, 1:35 p.m. EDT
Posted: Oct. 28, 2021, 2:21 p.m. EDT
Posted: Oct. 28, 2021, 10:29 a.m. EDT
Posted: Oct. 26, 2021, 2:46 p.m. EDT
Posted: Oct. 22, 2021, 12:31 p.m. EDT
Posted: Oct. 21, 2021, 11:53 a.m. EDT
Posted: Oct. 20, 2021, 3:02 p.m. EDT
Posted: Oct. 19, 2021, 9:12 a.m. EDT
Posted: Oct. 15, 2021, 8:22 a.m. EDT
Posted: Oct. 14, 2021, 2:06 p.m. EDT
Posted: Sept. 30, 2021, 7:12 a.m. EDT

Overview

Response Deadline
Nov. 23, 2021, 3:30 p.m. EST (original: Nov. 30, 2021, 3:30 p.m. EST) Past Due
Posted
Sept. 30, 2021, 7:12 a.m. EDT (updated: July 13, 2022, 9:11 a.m. EDT)
Set Aside
Partial Small Business (SBP)
Place of Performance
Not Provided
Source

Current SBA Size Standard
1250 Employees
Pricing
Fixed Price
Evaluation Criteria
Best Value
Odds of Award
78%
Signs of Shaping
91% of obligations for similar contracts within the Department of the Air Force were awarded full & open.
On 9/30/21 AFLCMC Robins AFB issued Presolicitation FA8532-22-R-0001 for Ground Power Modernization due 11/23/21. The opportunity was issued with a Partial Small Business (SBP) set aside with NAICS 335312 (SBA Size Standard 1250 Employees) and PSC 6115.
Primary Contact
Name
Brandi Owens   Profile
Phone
(478) 222-1910

Secondary Contact

Name
Reid Sawyer   Profile
Phone
(478) 327-4701

Documents

Posted documents for Presolicitation FA8532-22-R-0001

Question & Answer

The AI Q&A Assistant has moved to the bottom right of the page

Opportunity Lifecycle

Procurement notices related to Presolicitation FA8532-22-R-0001

IDV Awards

Indefinite delivery vehicles awarded through Presolicitation FA8532-22-R-0001

Protests

GAO protests filed for Presolicitation FA8532-22-R-0001

Incumbent or Similar Awards

Potential Bidders and Partners

Awardees that have won contracts similar to Presolicitation FA8532-22-R-0001

Similar Active Opportunities

Open contract opportunities similar to Presolicitation FA8532-22-R-0001

Additional Details

Source Agency Hierarchy
DEPT OF DEFENSE > DEPT OF THE AIR FORCE > AFMC > AIR FORCE LIFE CYCLE MANAGEMENT CENTER > AGILE COMBAT SYSTEMS > FA8532 AFLCMC WNKAA
FPDS Organization Code
5700-FA8532
Source Organization Code
500039921
Last Updated
July 13, 2022
Last Updated By
brandi.owens@us.af.mil
Archive Date
Sept. 30, 2022