Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 01, 2004 FBO #1010
SOLICITATION NOTICE

69 -- AIRCRAFT MOCK-UPS CASA 212 SIX (6) EACH

Notice Date
8/30/2004
 
Notice Type
Solicitation Notice
 
NAICS
336413 — Other Aircraft Parts and Auxiliary Equipment Manufacturing
 
Contracting Office
Other Defense Agencies, U.S. Special Operations Command, USASOC, ATTN:E-2929, Fort Bragg, NC, 28310
 
ZIP Code
28310
 
Solicitation Number
H92239-04-T-0058
 
Response Due
9/10/2004
 
Archive Date
9/25/2004
 
Point of Contact
Jerry Lambert, Contract Specialist, Phone 910-432-6978, Fax 910-432-9345, - Karen Glass, Contracting Officer/Contract Specialist, Phone 910-432-6145, Fax 910-432-9345,
 
E-Mail Address
lamberje@soc.mil, glasska@soc.mil
 
Small Business Set-Aside
Total Small Business
 
Description
The U.S. Army Special Operations Command, Fort Bragg, North Carolina has a requirement for Six (6) CASA 212 Aircraft Mock-Ups. The contractor shall provide all labor, equipment, materials and transportation unless stated in the specifications. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6 as supplemented with additonal information included in this notice. THIS ANNOUNCEMeNT CONSTITUTES THE ONLY SOLICITAIION; QUOTES ARE BEING REQUESTED AND A WRITTEN SOLICITATION WILL NOT BE ISSUED. All quotes shall reference the Request for Quotation number H92339-04-T-0058. Solicitation document and incorporated provisions and clauses are those in effect through FAC 2001-24. It is the Contractor's responsbility to be familiar with all applicable clauses and provisions. The North American Industry Classification System (NAICS) is 336413. The size standard is 1,000 employees or less. THIS REQUIRMENT IS SET ASIDE 100 PERCENT FOR SMALL BUSINESS. Requirements for CASA 212 Aircraft Mock-ups. a. A close approximation of an actual CASA 212-100 to provide the unit with the most realistic simulation possible. The ?fuselage? must be mounted to a 24? trailer to allow transportation by either an LMTV or a civilian equivalent truck. b. A frame must be fabricated in the cabin overhead, covered in metal and sealed to provide adequate weather protection. In place of 3 ea cabin doors, a canvas or similar material should be fabricated and secured to the fuselage with snaps on the forward and aft sides and permanently attached at the top for weather protection. Provisions must be supplied to roll up the material to provide ventilation while the trainer is in use. c. Upper and lower ramps must be installed at the forward hinge attachment points. These ramps should allow for manual opening and closing during rehearsal and a secure method of ensuring the ramp mechanisms remain in place for safety purposes once opened. The forward fuselage section along with the main landing gear attach point area should be covered in plywood or metal and sealed for weather protection and aesthetics. The entire fuselage must be inspected for cuts and damage and repaired as appropriate. d. The cabin floor panels should be fabricated from plywood or metal or other non-slip material. 18 troop seats must be installed along the sidewalls in the standard configuration. The troop seats must be stow-able and come complete with seat belts. Troop seats need not be safety certified for crash impact. e. The fuselage must be equipped with an anchor line cable and static line retrieval system that is fully comparable to systems currently in use in actual CASA 212 aircraft. DETAILED ELECTRONIC PICTURES (IN JPG FORMAT) OF AN EXISTING CASA 212 MOCK-UP ARE AVAILABLE AND CAN BE REQUESTED VIA E-MAIL AT: lamberje@soc.mil. PROVISIONS AND CLAUSES INCORPORATED BY REFERENCE: The following Federal Acquisition Regulation (FAR) provisions are applicable to the acquisition. Full text clauses and provisions are available at farsite.hill.af.mil. FAR 52.212-1, Instructions to Offers-Commercial Items; 52.212-2, Evaluation Commercial Items, with the following evaluation factors inserted in paragraph (a) Quotes shall be evaluated as to technically acceptable including past performance and price. A Technically Acceptable Low Price award will be made to the responsible offeror submitting an offer found to be most advantageous to the government. The Basis of Award and evaluation factors are, in descending order of importance: (1) Technically acceptable including past performance and (2) Price. Contractors are requested to submit past performance information to include the name, phone number, contract number and period of performance on their last two contracts for similar products. Technically acceptable is defined as meeting or exceeding the required specifications for the equipment listed in each CLIN. The government shall determine technically acceptable during the technical review. It is the Government?s intent to issue one award. 52.212-3, Offeror Representations and Certifications-Commercial Items and Defense Federal Acquisition Supplement. (DFARS) 252.211-7003, Item Identification and Valuation and 252.212.7000, Offeror Representations and Certifications-Commercial Items are applicable to this requirement and offerors shall include a completed copy of the Representations and Certifications with their bid. The following FAR Clauses are applicable to this acquisition: 52.212-4, Contract Terms and Conditions-Commercial Items; 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items, with the following clauses being applicable to the solicitation: 52.203-6 Alt I, 52.222-3, 52.222-19, 52.222-21, 52.222-26, 52.222-35, 52.222.36, 52.232-33 and 52.247-64; FAR 52.204-0007, Central Contractor Registration;FAR 52.219-6 Notice of Total Small Business Set-Aside; FAR 52.252-2 Clauses Incorporated by Reference;52.252-6 Authorized Deviations in Clauses. To be considered for award, the contractor shall have an active registration in the Central Contractor Registration (CCR). Registration can be completed at www.ccr.gov; Additionally, DFAR 252.212-7001, Contract Terms and Conditions Required To Implement Statutes Applicable to Defense Acquisition of Commercial Items, with the clauses 252.225-7001, 252.225-7024, and 252.225-7036 applicable, DFAR 252.232-7003 Electronic Funds Transfer. QUOTES ARE DUE: Quotes shall be received at HQ-USASOC ATTN: AOCO (Jerry Lambert), Building E-2929, Fort Bragg, North Carolina, 28310, not later than 3:00 p.m. ET, 10 September 2004. Electronic submissions, to include fax and email, will be accepted at (910) 432-9345 or lamberje@soc.mil. It is the offeror?s responsibility to confirm receipt. QUOTES SHALL INCLUDE: (1) letter signed by an individual authorized to bind the organization, with a schedule of offered items to include CLIN 0001 to include description and specifications....etc.. Offerors who do not submit clear specifications will be eliminated from competition. (2) Completed Representations and Certifications, (3) Past performance information, and (4) acknowledgement of any amendments that may be issued. Any amendments that may be issued will be published in the FedBizOpps, the same as the combined synopsis/solicitation. All questions shall be submitted in writing to Mr Jerry Lambert. Contract Specialist, at lamberje@soc.mil. Original Point of Contact Jerry Lambert, Contract Specialist, Phone 910-432-6978, Fax 910-432-9345, Email lamberje@soc.mil - Karen Glass, Contracting Officer/Contract Specialist, Phone 910-432-6145, Fax 910-432-9345, Email glasska@soc.mil
 
Place of Performance
Address: Fort Bragg, NC
Zip Code: 28310
Country: U..S.A.
 
Record
SN00660665-W 20040901/040831064931 (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.