Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 24, 2004 FBO #0941
MODIFICATION

20 -- Procurement of Extended Cargo Rail System for V-22

Notice Date
6/22/2004
 
Notice Type
Modification
 
NAICS
336413 — Other Aircraft Parts and Auxiliary Equipment Manufacturing
 
Contracting Office
Department of the Navy, Naval Air Systems Command, NAVAIR HQ, Building 2272 47123 Buse Road Unit IPT, Patuxent River, MD, 20670
 
ZIP Code
20670
 
Solicitation Number
N00019-04-R-0148
 
Response Due
6/29/2004
 
Point of Contact
Cynthia Gill, Contract Specialist, Phone 301-757-5218, Fax 301-757-5284,
 
E-Mail Address
Cynthia.Gill@navy.mil
 
Description
MOD: This is amendment 001 to the synopsis/solicitation N00019-04-R-0148 for procurement of an extended cargo rail system for the V-22 that originally appeared in the CBD on Thursday May 27, 2004. The purpose of this amendment is to notify potential offerors of an extension to the original proposal due date of 22 June 2004 to 29 June 2004. ORIGINAL: This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in the Federal Acquisition Regulation (FAR), Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation, proposals are being requested and a separate written solicitation will not be issued. Solicitation Number N00019-04-R-0148 is issued as a request for proposal (RFP). The incorporated document and provisions and clauses are those in effect through Federal Acquisition Circular 2001-22 & 23 effective 5 May 2004. It is anticipated that a Firm Fixed Price contract will be awarded. This is not a small business set-aside. The applicable NAICS code is 336413. The contract line item numbers are: CLIN 0001 Extended Cargo Rail System for V-22 (Qty: 2 shipsets). Development, fabrication, and delivery of two ship sets of an Extended Cargo Rail system for test and evaluation. Drawing packages of the ramp attachment channel will be provided upon request. Options: CLIN 0002: - drawings, CLIN 0003: 2 ship sets of external cargo rails (for testing). Non-developmental (NDI) equipment is highly desired. 1) General Requirements: a) The cargo rails are mission equipment and will be carried in the aircraft. No stowage provisions are required. b) The cargo rails should mount to the aircraft ramp using a means similar to that of the H-46 cargo system (drawings provided upon request). c) Designs shall not require Group A changes (e.g. aircraft attachment locations and methods, aircraft structural load paths). d) The system shall be capable of carrying up to 5,000 lbs over an 88-inch running length. e) Special attention shall be given to minimize the weight, need for hand tools, handling requirements of the system. f) Workmanship shall be in accordance with high-grade aircraft practice and of quality to insure maximum safety, proper operations, and design service life. 2) Basic Roller Rail Extension Requirements: Extensions shall have the capability of accepting a wooden warehouse pallet loaded on non-contiguous runner boards. a) The spacing between individual rollers shall take into account the actual versus nominal non-contiguous runner spacing for typical 40x48 wooden warehouse pallets. A four-inch center to center would be preferred. b) Extensions shall be manufactured from lightweight material capable of holding up to 5000 lbs of cargo spread over a running length of 88 inches or 2500 lbs spread over the non-contiguous runners of the 40x48 pallet. c) Extensions roller material shall provide smooth movement of the pallet load with minimal amount of human force to push the pallet in the event the winch is unavailable. Roller material and type that are current installed on the V-22’s new cargo handling system (Aircraft 19 and subsequent) are preferred (aluminum crown barrel bearing rollers). d) The extensions shall integrate a fully adjustable “flip-up” style pallet guides. Minimally the adjustment, per side should be a 7 –inch adjustment in 1-inch increments. Total adjustability is from 40 inches to 54 inches wide. e) Extensions shall be stabilized with the use of “spreader” type bars, which, when locked in place, restrict movement laterally. Spreader bar locations shall allow for an 88-inch long pallet to be loaded with a forklift directly onto the extensions without interference of the bars on the forklift tines. The “spreader” type bars shall be integral to the rails to reduce the opportunity for lost equipment. f) Removable ramp interface brackets with a design similar to those of the H-46 system shall be used in the design of the rail system. Upon attachment into the V-22 ramp, the extensions shall lock in place for positive restriction of movement in all directions. g) The extensions shall be nineteen feet in length. 3) Specific Roller Rail Extension Requirements: a) Cargo Ramp Roller Rail Extensions shall utilize interlocking means to prevent misalignment of attachment to the ramp. b) Mechanical Lock Pins can be used (although not desired) where necessary to minimize the need for hand tools, special tools or procedures. c) Since the extensions will be used in an austere environment the ability to quickly disengage extensions from the ramp is also desired. d) Each extension shall provide three tiedown ring locations, one forward, one aft and one approximately mid-span, for fastening of the beam to the aircraft floor during flight. e) All labeling of installation locations shall be etched and painted. Labeling of spreader bar adjustment locations should be provided to ensure concordance with ramp mounting locations. 4) Priced Options:- a) Priced option for drawings b) Priced option for 2 ship sets of external cargo rails (for testing). The contractor shall deliver CLIN 0001 with all standard commercial support documentation and equipment manuals no later than 30 August 2004 to the following address: Hangar 109 Suite 2A, 22474 James Rd., Patuxent River, MD 20670 Attn: Mark Schroeder. Inspection and acceptance shall be made at destination. FAR 52.212-1 Instructions to Offerors -- Commercial Items (JAN 2004) is incorporated by reference and applies to this acquisition. The Government intends to evaluate offers and award a contract without discussions with offerors. Therefore, the offeror’s initial offer should contain the offeror’s best terms from a price and technical standpoint. However, the Government reserves the right to conduct discussions if later determined by the Contracting Officer to be necessary. The Government may reject any or all offers if such action is in the public interest; accept other than the lowest offer; and waive informalities and minor irregularities in offers received. The provision at 52.212-2 Evaluation -- Commercial Items (JAN 1999) is incorporated and applies to this acquisition. The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to this solicitation will be most advantageous to the Government, price and other factors considered. The following factors in descending order of importance shall be used to evaluate offers: 1) technical capability of the item offered to meet the Government requirement, 2) price, 3) past performance. The Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. The Government may determine that an offer is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the option(s). Technical capability will be determined on the content and merit of the information submitted in response to this provision. Therefore, it is incumbent on the Offeror to provide sufficient technical literature, documentation, etc. in order for the Government to make an adequate technical assessment of the proposal. The Offeror shall provide backup information verifying the price offered, e.g. a copy of the current catalog, three invoices for the same equipment, etc. A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful Offeror with the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer’s specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. Each Offeror shall include a completed copy of the provision at FAR 52.212-3 Offeror Representations and Certifications -- Commercial Items (May 2004) with its proposal. FAR 52.212-4 Contract Terms and Conditions -- Commercial Items (Oct. 2003) is incorporated by reference and applies to this acquisition. The clause at 52.212-5 Contract Terms and Conditions Required to Implement Executive Orders -- Commercial Items (MAY 2004) is incorporated by reference, however, for paragraph (b) only the following clauses apply to this acquisition. 52.212-5(b) : 52.203-6 Restrictions on Subcontractor Sales to the Government, with Alternate I (OCT 1995), 52.219-8 Utilization of Small Business Concerns (MAY 2004), 52.222-26 Equal Opportunity (APR 2002), 52.222-35 Affirmative Action for Special Disabled and Vietnam Era Veterans (DEC 2001), 52.222-37 Employment Reports on Special Disabled Veterans and Veterans of the Vietnam Era (DEC 2001), 52.225-1 Buy American Act -- Supplies (JUN 2003), 52.225-5 Trade Agreements Act (JAN 2004). Additionally, each Offeror shall include a completed copy of the Defense FAR Supplement (DFARS) provision 252.212-7000, Offeror Representations and Certifications - Commercial Items (NOV 1995). The clause at DFAR 252.212-7001 Contract Terms and Conditions -- Commercial Items (JAN 2004) is incorporated by reference, however, for paragraph (b) only the following clauses apply to this acquisition. 252.212-7001 (b): 252.205-7000 Provision of Information to Cooperative Agreement Holders (DEC 1991), 252.225-7012 Preference for Certain Domestic Commodities (FEB 2003), 252.225-7014 Preference for Domestic Specialty Metals (APR 2003), 252.225-7036 North American Free Trade Agreement Implementation Act (JAN 2004), 252.227-7015 Technical Data -- Commercial Items (NOV 1995), 252.227-7037 Validation of Restrictive Markings on Technical Data (SEP 1999). This is a DO rated contract. Offers are due to NAVAL AIR SYSTEMS COMMAND, NAVAL AIR SYSTEMS COMMAND HEADQUARTERS, CODE 2.3.3.1 BLDG 2272, RM 155, 47123 BUSE ROAD, PATUXENT RIVER MD 20670-1547 by 2:30 pm eastern standard time 22 June 2004. All responsible sources may submit a proposal, which shall be considered by the agency. For information regarding this solicitation contact Cindy Gill, Code 2.3.3.1, Phone (301) 757-5218. NOTE: THIS NOTICE WAS NOT POSTED TO WWW.FEDBIZOPPS.GOV ON THE DATE INDICATED IN THE NOTICE ITSELF (22-JUN-2004); HOWEVER, IT DID APPEAR IN THE FEDBIZOPPS FTP FEED ON THIS DATE. PLEASE CONTACT fbo.support@gsa.gov REGARDING THIS ISSUE.
 
Web Link
Link to FedBizOpps document.
(http://www.eps.gov/spg/DON/NAVAIR/NAVAIRHQ/N00019-04-R-0148/listing.html)
 
Place of Performance
Address: Bell-Boeing Joint Program Office, RADM William A. Moffett Building, Suite 150, 47123 Buse Road, Patuxent River, MD 20670-1547.
 
Record
SN00607910-F 20040624/040622212426 (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.