Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 20, 2003 FBO #0506
SOLICITATION NOTICE

17 -- PORTABLE AIRFIELD LIGHTING SYSTEMS

Notice Date
4/18/2003
 
Notice Type
Solicitation Notice
 
Contracting Office
ESC/GAK, Global Air Traffic Operations/Mobility Command and Control, 75 Vandenberg Drive, Hanscom AFB, MA 01731-2103
 
ZIP Code
01731
 
Solicitation Number
F19628-03-R-0049
 
Response Due
5/9/2003
 
Archive Date
11/9/2003
 
Point of Contact
Thomas Kovacs, 781-377-4000 / Edward Berg, 781-377-9304
 
E-Mail Address
Click Here to E-mail the POC
(kovacs@hanscom.af.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation (Request For Proposal) for offers for proven commercial items. Proposals must be in accordance with the format described in FAR subpart 12.6 as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and no other written solicitation will be issued. This document and incorporated provisions and clauses are those in effect through FAC 2001-13 dated 18 March 2003. The North American Industry Classification System (NAICS) code is 335129 and the DMS Rating is DO-A7 (Electronic and Communication Equipment). The small business size is 500 employees. This acquisition is 100% set aside for small business. Entire payment will be made upon delivery and the contractor must provide a two-year standard commercial warranty. This is a competitive FMS (Foreign Military Sales) procurement for seven (7) portable airfield lighting systems (PALS) and related spares, services, and options. Two Contract Line Items (CLINs) will be set forth in a Firm Fixed Price contract. CLIN one (1) will be for seven PALS, including a two-year supply of spares (without replenishment), and in-country services, and manuals. CLIN two (2) will be an option for up to seven (7) supplemental light kits and associated equipment configured to supplement a PAL. The Government may exercise the option CLIN at any time prior to delivery of the final PALS under CLIN one (1). The offeror should propose delivery dates for all deliverable items, including the option quantities. The objective of this effort is to deliver a flexible, robust, reliable, and easily sustained PALS to support various operational missions under adverse conditions. The PALS must meet the requirements of STANAG 3534, Airfield Portable Lighting. The STANAG document can be obtained by contacting Stanley Mitchell at 781-377-7020. The PALS must be self-contained and operate independent of external power sources or facility resources. Each PALS will service one end of the runway, and must have the following minimum capabilities and features: runway edge lights for 2,500 meter runway distance (STANAG 3534 Layout - Type 2); threshold lights; approach lights; precision approach path indicator (PAPI); trailers/carriages for transportation and storage; be easily transportable by air, sea, and over improved and unimproved roads; maximum of 20 minute set-up and tear-down time with minimum crew size (Layout Type 2 STANAG 3534); full remote control for all modes of operation; and battery recharging stations. Generators provided with the PALS must be diesel engine driven. The system must be compatible for use under day/night/night vision goggle conditions and must be capable of at least 8 hours continuous operations without battery recharging. Each system must be provided with a two-year warranty. The following items and service are also required: operator and maintenance familiarization in Poland; operations and maintenance manuals in English; two-year supply of spares (without replenishment); and specialized test / support equipment. Tow vehicles and cabling for external power sources are not required. Contractor shipment to Poland is not required; Poland Freight Forwarder will accomplish shipment. Supplemental kits (if ordered under Option CLIN 2) must use the same technology as the basic PALS, and include lights to support edge, taxiway, and parking area delineation. Each supplemental kit should include the lights, charging stations, and trailers/carriages for transportation and storage. Each supplemental kit must be provided with a two-year warranty. The items being offered must be mature commercial off the shelf with proven field usage. Offerors must include in their proposal product descriptions for prime equipment, spares, specialized support equipment, and services being proposed, and demonstrate compliance with requirements above. Proposals must include copies of Warranty and Operations and Maintenance Manuals for systems being proposed. Offers must provide evidence of PALS demonstrated reliability and proven field usage, and names and phone numbers of recent customers, and prices to previous customers for equipment and services that are identical or similar to those being proposed herein. (see FAR 52.215-20). These recent customers may be contacted to substantiate performance. The source selection will be based on proposals that provide the best value to the Government, considering the technical requirements identified above, price, and past performance. For evaluation purposes only, the Government will evaluate offeror prices with the assumption that 4 of the 7 optional kits of equipment will be ordered under Option CLIN 2. Literature in proposals on product descriptions and services should be limited to 15 pages, excluding Operations and Maintenance Manuals and Warranty and evidence of proven field usage. The following FAR provisions and clauses apply to this procurement: FAR 52.212-1 (Instructions to Offerors, Commercial Items, Oct 2000); FAR 52.212-2 (Evaluation - Commercial Items, Jan 1999, evaluation will be made on price); FAR 52.212-3 (Offeror Representations and Certifications - Commercial Items - Alternate 1, Oct 2000); FAR 52.212-4 (Contract Terms and Conditions - Commercial Items, May 1999); FAR 52.212-5 (Contract Terms and Conditions Required to Implement Statutes or Executive Orders, Feb 2000); 52.215-20 (Requirements for Cost or Pricing Data or Information Other than Cost or Pricing Data); 52.222-3 (Convict Labor); 52.225-13 (Restrictions on Certain Foreign Purchases); 52.233-3 (Protest after Award); 52.222-21 (Prohibition of Segregated Facilities); 52.222-26 (Equal Opportunity); 52.222-35 (Affirmative Action, Veterans); 52.222-36 (Affirmative Action, Disabilities); 52.222-37 (Employment Reports on Disabled Veterans); 52.225-1 (Buy American Act-Balance of Payments); 52.225-3 (Buy American Act-NAFTA, Balance of Payments); 52.232-36 (Payment by Third Party); 52.232-33 (Payment by Electronic Funds); 52.232-34 (Payment by Electronic Funds-Other than Central Contractor Registration); DFARS 252.212-7001 (Contract Terms and Conditions related to Defense Acquisition); 252.225-7001 (Buy American Act, Balance of Payments); 252.225-7014 (Preference for Domestic Specialty Metals); 252.247-7023 (Transportation of Supplies by Sea); 252.247-7024 (Notification of Transportation of Supplies by Sea). In addition, other FMS clauses may be incorporated as required. All offers are due no later than May 9, 2003. Offers may be delivered to ESC/GAX, 75 Vandenberg Drive, Hanscom AFB, MA 01731-2103, attention Thomas Kovacs, or e-mailed to kovacs@hanscom.af.mil. FAX to: 781-377-9300. If e-mailed or faxed, call Thomas Kovacs at 781-377-4000 to confirm receipt.
 
Web Link
ESC Business Opportunities Web Page
(http://www.eps.gov/spg/USAF/AFMC/ESC/F19628-03-R-0049/listing.html)
 
Place of Performance
Address: N/A
Zip Code: N/A
Country: N/A
 
Record
SN00307748-F 20030420/030418221955 (fbodaily.com)
 
Source
FedBizOpps.gov 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  © 1994-2020, Loren Data Corp.