Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 27, 2004 FBO #1005
SOLICITATION NOTICE

16 -- Crew Chief/Flight Engineer Seat and Frame

Notice Date
8/25/2004
 
Notice Type
Solicitation Notice
 
NAICS
336413 — Other Aircraft Parts and Auxiliary Equipment Manufacturing
 
Contracting Office
USPFO for Mississippi, 144 Military Drive, Jackson, MS 39208-8860
 
ZIP Code
39208-8860
 
Solicitation Number
W9127Q-04-T-0073
 
Response Due
9/1/2004
 
Archive Date
10/31/2004
 
Point of Contact
Gloria D. Jones, 601-313-1566
 
E-Mail Address
Email your questions to USPFO for Mississippi
(gloria.jones5@ms.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 Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. This solicitation number W9127Q-04-T-0073 is issued as a Request for Quote. The solicitation and incorporated provisions and clauses are in effect through Federal Acquisition Circular 01 -24. This solicitation is unrestricted. NAICS for determination of size status is 336413, Small Business Standard is 1,000 employees. CLIN 0001, 6 Each, Energy Absorbing Crew Chief Seat. The Crew Chiefs/Flight Engineers seat and frame assembly (Simul a P/N 110400-1 or equal) is designed for use in the CH-47D Chinook Helicopter on the bulkhead on the right-hand side of the aircraft. The frame assembly is attached to the aircraft using an aircraft installation kit (Simula P/N 110430-1 or equal), utiliz ing existing fastener provisions for a kit interface. An Installation/Operation Manual must be delivered with each seat. The seat assembly must be mounted to the adapter frame by means of quick-release pins to facilitate seat installation and removal. The seat pan must fold quickly and stow using a hook-and-loop strap for positive retention. The seat back must include a zipper to allow clear access to the aircraft bulkhead. The seat must be equipped with a four-point restraint system and energy attenu ators for maximum occupant protection. The seat and frame must rotate for repositioning and the seat must have the capability of being located on either side of the frame. The frame must pivot on hinges mounted allowing it to swing rearward/inboard (with the seat attached) for maintenance or operational access. When in use, the frame must have the capability to lock into a spring-loaded latching mechanism within the basemember of the aircraft. The seat and frame assembly must meet vertical and horizontal crashworthy requirements of MIL-S-85510. Offeror must submit descriptive literature which will enable the Government to determine if their proposal is an equal to the Simula parts. The offeror must quote FOB Destination to the Army Aviation Supply Fac ility in Meridian, Mississippi 39304-4258. The following clauses apply. FAR 52.212-1, Instructions to Offerors; FAR 52.212-2, Evaluation of Offers, FAR 52-212-4, Contract Terms and Conditions-Commercial Items; FAR 52.212-5, Contract Terms and Condition s Required to Implement Statutes or Executive Orders, the following provisions apply, 52.219-6, Notice of Total Small Business Set-Aside; 52.219-8, Utilization of Small Business Concerns, 52.222-3, Convict Labor, 52.222-19, Child Labor, 52.222-21, Prohibi tion of Segregated Facilities, 52.222-26, Equal Opportunity, 52.222-35, Affirmative Action for Disabled Veterans and Veterans of the Vietnam Era, 52.222-36, Affirmative Action for Workers with Disabilities of the Vietnam Era, 52.222-37, Employment Reports on Disabled Veterans and Veterans of the Vietnam Era, 52.232-33, Payment by Electronic Funds Transfer  Central Contractor Registration, 52.232-36, Payment by Third Party; 52.219-14, Limitation on Subcontracting. Additional applicable FAR Clauses are F AR 52.247-34 FOB Destination, 52.217-9, Option to Extend the Term of the Contract. The total duration of this contract, shall not exceed September 30, 2005. 52.232-19, Availability of Funds for the Next Fiscal Year, FAR 52.217-5, Evaluation of Options, FA R 52.217-8, Option to Extend Services. Offers must include a completed copy of FAR 52.212-3, Offeror Representations and Certifications Commercial Items. APPLICABLE DFARS CLAUSES are 252.204-7004, Required Central Contractor Registration, 252.212-7001, C ontract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to the Defense Acquisition of Commercial Items; the following provisi ons apply 252.225-7001 Buy American Act and Balance of Payments Program and 252.225-7012, Preference for Certain Domestic Commodities. Full text of these provisions may be accessed on-line at http://www.arnet.gov or http://farsite.hill.af.mil. This anno uncement is the solicitation. Evaluation criteria will be based on lowest price and ability to meet the specifications of the seat and frame required. Due to the urgent need of this requirement, the proposal is due no later than 1:00 P.M., 1 September 20 04 to USPFO-MS-PC, Attn: Gloria Jones, 144 Military Drive, Jackson, MS 39232-8860. Proposals may be emailed to gloria.jones5@ms.ngb.army.mil or faxed to 601-313-1569 (email is the preferable method). CCR is a mandatory requirement for all DoD Government contracts. You must be registered in order to be eligible for award of a contract. To register on line go to http://www.ccr.gov/. The Contracting Offices web site is located at http://www.ngms.state.ms.us/uspfo/.
 
Place of Performance
Address: USPFO for Mississippi 144 Military Drive, Jackson MS
Zip Code: 39208-8860
Country: US
 
Record
SN00653854-W 20040827/040826075348 (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.