Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 02, 2003 FBO #0611
SOLICITATION NOTICE

17 -- WING STANDS FOR KC-135R

Notice Date
7/31/2003
 
Notice Type
Solicitation Notice
 
Contracting Office
Department of the Army, National Guard Bureau, 184 ARW/LGC, 57330 MUSTANG DRIVE, SUITE 13, McCONNELL AFB, KS, 67221-9013
 
ZIP Code
67221-9013
 
Solicitation Number
F2615131700300
 
Response Due
8/25/2003
 
Archive Date
9/9/2003
 
Point of Contact
Darin Brun, Contracting Specialist, Phone 3167597640, Fax 3167597521, - Gene Mohr, Contracting Officer, Phone (316) 759-7677, Fax (316) 759-7521/7925,
 
E-Mail Address
Darin.Brun@ksmcco.ang.af.mil, Gene.Mohr@ksmcco.ang.af.mil
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation for the purchase of a commercial item prepared in accordance with the format in FAR Subpart 12.6, the test program in FAR Subpart 13.5, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation, quotations are being requested and written solicitation will not be issued. This solicitation is issued under Request For Quote (RFQ) number F2615131700300. All quotes shall reference the RFQ number and shall be submitted by 1:00 P.M. CDT on 25 Aug 2003. The anticipated award date is 05 Sep 2003, with a proposed delivery date of 120 days ARO. Submit all quotes to CONTRACTING@KSMCCO.ANG.AF.MIL or fax to contracting office @ 316.759.7588, oral quotes will not be accepted. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC 2001-14 and DCN 20030620. This solicitation is issued as a 100% Small Business Set-aside. The North American Industry Classification system code (NAICS) 332999 size standard of 500. The Kansas Air National Guard wishes to procure one set each of Wing, Dry Bay, Nose and Cargo door stands to aid in the maintenance and inspection functions of the KC-135R aircraft. The approximate dimensions for the stands are as follows: 1. Aluminum wing stand, 60?L x 8.33?W x 9.75?H (set should consist of one RH stand and one LH stand). 2. Aluminum dry bay stand, 21?L x 5?W x 8?H. 3. Aluminum nose stand, 337?L x 240?W x 150?H, (with the option of unit separating at the centerline). 4. Aluminum cargo door stand, 217?L x 144?W x 114?H (require option of removable railing on side for off loading). The stands should comply with the requirements of OSHA, AFOSH, and AWS standards for structural soundness and safety. The stands should allow work functions to be performed on the KC-135R at various levels. All stands will be palletized and prepared for transport. Each stand has an adjustable height range of eight inches. Wing stands need to be adjustable to conform with the slope of the wings. Non-skid aluminum deck surfaces with swivel wheel casters that lock are mandatory features. Floor will be reinforced and spot welded as necessary to prevent oil canning when personnel are walking on the surface. Each stand will have stairs mounted with hand rails and will have a hand rail around the upper platform. The stands need to be wide enough for loading of large panels and parts, also allowing for several people to be on the stands at one time. It is necessary for the stand to be made of aluminum for easy movement and versatility, and bolted construction with zinc plated hardware is desirable. Each wing stand is to be designed to separate into two sections making storage more convenient within limited hanger space.. Requirement Delivery and acceptance requirements: Stands should be delivered to Kansas Air National Guard, Bldg. 1107, McConnell AFB, Ks 67221. Solicitation provision at FAR 52.212-1, Instructions to Offerors?Commercial Items (OCT 2000) is hereby incorporated by reference. In accordance with the solicitation provision 52.212-2, Instructions to Offerors ? Commercial Items (Jan 1999) the Government will award a contract resulting from this solicitation to the responsible quoter whose quote conforming to the solicitation will be most advantageous representing the best value to the Government price and other factors considered. The technical factors used to evaluate quotes will be functionality of the stands, past performance, and delivery terms. The technical factors will be rated equal to the cost factors. Evaluation of functionality shall be based upon the following: Quoters shall provide specification sheets and dimensions with details entailing the requirements noted in the descriptions listed above. The functionality should be described in sufficient detail for the Government to be able to evaluate the technical capabilities of the proposed stands. The vendor shall identify the number of days it will take provide the requested items, failure to identify the number of days for delivery will indicate acceptance of a delivery date 120 days after award o f the contract. Past performance will be evaluated as follows: Evaluation of past performance shall be based on information provided by the quoters and any other information the Government may obtain by following up on the information provided by the quoters and/or through other sources (i.e. quoters performance on previously awarded contracts and/or contracts with other Government entities). The quoter must identify three Federal, State or local Government and private contracts for which the quoter has supplied similar services to those identified in this solicitation. References should include the most recent contracts completed within the last two years. The quoter shall provide a point of contact, current telephone numbers and fax numbers for each contract. Quoters shall address each evaluation factor stated above, failure to address any item may cause the quoters proposal to be rejected. An individual price must be submitted for each line item listed above. Quoters are reminded to include a completed copy of provision at FAR 52.212-3 , Quoter Representations and Certifications?Commercial Items, with their proposal. FAR 52.212-4, Contract Terms and Conditions Required to Implement Statutes or Executive Orders?Commercial Items, is hereby incorporated by reference. The following clauses within 52.212-5 apply to this solicitation and any resultant contract; 52.203-6, Restrictions on Subcontractor Sales to the Government, with Alternate I; Notice of Price Evaluation Preference for HUBZone Small Business Concerns; 52.219-8, Utilization of Small Business Concerns and Small Disadvantaged Business Concerns (15 USC 637); 52.222-21, Prohibition of Segregated Facilities; 52.222-26, Equal Opportunity; 52.222-35, Affirmative Action for Special Disabled and Vietnam Era Veterans; 52.222-36, Affirmative Action for Workers with Disabilities; 52.222-37, Employment Reports on Special Disabled Veterans and Veterans of the Vietnam Era; 52.222-19, Child Labor -- Cooperation with Authorities and Remedies; 52.223-9, Estimate of Percentage of Recovered Material Content for EPA-Designated Products (42 U.S.C. 6962(c)(3)(A)(ii)); Alternate I of 52.223-9 (42 U.S.C. 69621(i)(2)(C)); 52.232-33, Payment by Electronic Funds Transfer -- Central Contractor Registration; The following additional clauses and provisions are incorporated by reference: 52.247-34, F. O.B. ? Destination; 52.252-1, Solicitation Provisions Incorporated by Reference; 52.252-2, Clauses Incorporated by Reference; 252.204-7004, Required Central Contractor Registration; The following clauses within 252.225-7001apply to this solicitation and any resultant contract; 252.225-7014 Preference for Domestic Specialty Metals (MAR 1998) (10 U.S.C. 2241 note); 252.227-7015, Technical Data, Commercial Items; 252.243-7002, Requests for Equitable Adjustment; 252.247-7023, 252.225-7000, Buy American Act--Balance of Payments Program Certificate;Provision 252.225-7001, Buy American Act and Balance of Payments Program. The clause(s) incorporated by reference can be accessed in full text at the Web Site: http://www.arnet.gov/far. All quotes timely received will be considered. All quotes are due by 25 August 2003 at 1:00PM CDT to the 184th Contracting Office only by e-mail to Contracting@KSMCCO.ANG.AF.MIL of faxed to 316.759.7588.
 
Place of Performance
Address: 57330 Mustang Drive, McConnell AFB, Ks, Kansas AIr National Guard, 184th Contracting Office
Zip Code: 67221-9013
Country: USA
 
Record
SN00388681-W 20030802/030731213859 (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.