Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 13, 2004 FBO #0991
SOLICITATION NOTICE

17 -- CH-47 Chinook Maintenance Stands

Notice Date
8/11/2004
 
Notice Type
Solicitation Notice
 
NAICS
332999 — All Other Miscellaneous Fabricated Metal Product Manufacturing
 
Contracting Office
USPFO for Iowa, Camp Dodge, 7700 NW Beaver Drive, Johnston, IA 50131-1902
 
ZIP Code
50131-1902
 
Solicitation Number
W912LP-04-R-0008
 
Response Due
8/23/2004
 
Archive Date
10/22/2004
 
Point of Contact
Renee Berg, 515-252-4615
 
E-Mail Address
Email your questions to USPFO for Iowa
(renee.berg@ia.ngb.army.mil)
 
Small Business Set-Aside
N/A
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; propo sals are being requested and a written solicitation will not be issued. This solicitation is issued under Request For Proposals (RFP) number W912LP-04-R-0008. All quotes shall reference the RFP number and shall be submitted by 4:30 P.M. local time on 23 Aug 2004. The anticipated award date is 25 Aug 2004, with a proposed delivery date of 120 days. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC 2001-24, dated 18 June 2004. Thi s solicitation is issued under Full and Open Competition. The North American Industry Classification system code (NAICS) 332999 size standard of 500. The Iowa National Guard wishes to procure (2 ea) CH-47 Chinook Maintenance Stands. The stand systems wil l be used in maintenance operations to facilitate working conditions above ground level. The stands should ease accessibility to areas of the aircraft that can reach up to 18 feet above the hangar floor, in order to access the upper areas of the aircraft i ncluding the forward and aft rotor system. The platforms must provide a high degree of safety to maintenance operations by providing fall protection, eliminating the need for cumbersome, work hindering fall protection gear. The stands should also encompas s dropped tool protection for work areas below the platforms by building in a fixed kick plate and a double handrail around the outer area of the platform. The stands must include an expanded metal walkway for better illumination to lower areas of the airc raft and impact guards to protect aircraft from metal tube frame, while allowing stand to conform to aircraft perimeter. The stands must be dividable to facilitate movement in confined areas of the aircraft. The system platforms must be wide enough to fac ilitate loading of large aircraft panels and parts, also allowing for several people to be on stands at one time. Non-skid deck surfaces and swivel casters that lock are mandatory features. Stands should comply with all OSHA standards for structural soundn ess and safety. The units should be uncomplicated to assemble, and the vendor is required to provide Technical/ Installation Manuals and any applicable drawings. The CH-47 stand needs to be aircraft specific. The CH-47 Chinook Maintenance Stand System will be delivered to AASF#3, 9650 Harrison Street, Davenport, IA 52806-7338. 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 offeror whose offer conforming to the solicitation will be most advantageous representing the bes t value to the Government, price and other factors considered. The technical factors used to evaluate offers will be functionality of the stands, past performance, and delivery terms. The technical factors will be rated significantly higher than the cost factor. Evaluation of functionality shall be based upon the following: Offerors shall provide specification sheets and dimensions with details entailing the requirements noted in the descriptions listed above. The functionality should be described in suffi cient 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 indic ate acceptance of a delivery date 120 days after award of the contract. Past performance will be evaluated as follows: Evaluation of past performance shall be based on information provided by the offerors and any other information the Government may obtain by following up on the information provided by the offerors and/or through other sources (i.e. offerors performance on previously awarded contracts and/or contracts with other Government entities). The offeror must identify three Federal, State or local Government and private contracts for which the offeror has supplied similar services to those identified in this solicitation. References should include t he most recent contracts completed within the last five years. The offeror shall provide a point of contact, contract number, current telephone number and fax number for each contract. Offerors shall address each evaluation factor stated above; failure t o address any item may cause the offerors proposal to be rejected. An individual price plus shipping (if applicable) must be submitted for each stand. Offerors are reminded to include a completed copy of provision at FAR 52.212-3 I, Offeror Representation s and Certifications??????Commercial Items Alternate I, with their proposal. The following clauses and provisions are incorporated by reference: FAR 52.212-4, Contract Terms and Conditions Required to Implement Statutes or Executive Orders??????Commercial Items; 252.212-7035, Buy American Act ?????? North American Free Trade Agreement Implementation Act ?????? Balance of Payments Program Certificate; 252.225-7002, Qualifying Country Sources as Subcontractors; 252.211-7003, Item Identification and valuation; 52.252-1, Commercial Items Solicitation Provisions Incorporated by Reference; 52.252-2, Clauses Incorporated by Reference; The clauses and provisions incorporated by reference can be accessed in full text at http://farsite.hill.af.mil; 52.204-7, Central C ontractor Registration; 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; 52.2 25-13 Restrictions on Certain Foreign Purchases (Deviation); 52.232-36 Payment by Third Party (31 U.S.C. 3332); 52.232-33, Payment by Electronic Funds Transfer -- Central Contractor Registration; The following clauses within 252.212-7001 apply to this soli citation and any resultant contract; 52.203-3 Gratuities (Apr 1984)(10 U.S.C. 2207) 252.225-7012 Preference for Certain Domestic Commodities; 252.225-7014 Preference for Domestic Specialty Metals (MAR 1998) (10 U.S.C. 2241 note); 252.227-7015, Technical Da ta, Commercial Items; 252.243-7002, Requests for Equitable Adjustment; 252.225-7036, Buy American Act ?????? North American Free Trade Agreement Implementation Act ?????? Balance of Payments Program (MAR 1998) (41 U.S.C. 10a-10d and 19 U.S.C. 3301 note). Sign and date your offer, one original, must be submitted to Iowa Army National Guard, USPFO-PC, Camp Dodge, 7700 NW Beaver Drive, Johnston, Iowa 50131-2416, ATTN: SSgt Renee Berg at or before 4:30 p.m., 23 Aug 2004. For information regarding this solicit ation contact SSgt Renee Berg at (515) 252-4615 or CW3 Mark Thompson at (515) 252-4248.
 
Place of Performance
Address: USPFO for Iowa Camp Dodge, 7700 NW Beaver Drive Johnston IA
Zip Code: 50131-2416
Country: US
 
Record
SN00641596-W 20040813/040811212420 (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.