Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 03, 2004 FBO #1012
SOLICITATION NOTICE

17 -- Boeing Chinook CH-47 Aircraft Maintenance Platforms

Notice Date
9/1/2004
 
Notice Type
Solicitation Notice
 
NAICS
332999 — All Other Miscellaneous Fabricated Metal Product Manufacturing
 
Contracting Office
USPFO for Mississippi, 144 Military Drive, Jackson, MS 39208-8860
 
ZIP Code
39208-8860
 
Solicitation Number
W9127Q-04-T-0074
 
Response Due
9/10/2004
 
Archive Date
11/9/2004
 
Point of Contact
Donna Phillips, 601-313-1663
 
E-Mail Address
Email your questions to USPFO for Mississippi
(Donna.Phillips@ms.ngb.army.mil)
 
Small Business Set-Aside
Total Small Business
 
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. Solicitation No. W9127Q-04-T-0074 applies and is issued as a Request for Quotation. This document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 97-14. This acquisition is 100% set-aside for small business. The North American Industry Classification System (NAICS) code is 332999 size standard is 500. The item intended to be purchased for the Government is an all new Boeing Chinook CH-47 Aircraft Maintenance Platform. Select Steel, Ltd. CH-47 Phase Maintenance Platforms, PN: SS-CH47-F (Forward) and SS-CH47-R (Rear) or EQUAL. This platform system is required to allow the technician to perform a variety of maintenance tasks on the CH-47. The platform shall fit the contour of the helicopter, which provides a contoured wrap around fit, creating a 'aircraft maintenance bay' eliminating any gaps between the platform deck and the aircraft. The platform shall be a modular design to allow for i ncreased mobility and ease of storage. The systems shall have casters that will lock in place to prevent movement during maintenance operations. When assembled, the entire stand shall have the ability to be raised or lowered approximately 10inch - 12inch to accommodate varying aircraft height and technician preference. The platform shall have hand railing and kick panels surrounding the upper surfaces of the platform and a non-slip deck surface to provide for increased safety. The platform shall provide the ability to complete maintenance tasks above and below the platform simultaneously for increased productivity. The stand shall have Electrical GFA 2 outlets with circuit breaker and emergency stop and two air outlets. The air outlets shall be standar d galvanized 3/4inch pipe - 120lb test. The platform shall have at least a three year full warranty and technical support. On-site Technical support shall be required during delivery, setup, and training. The platform system shall meet or exceed OSHA re quirements for worker safety. The Contractor shall include with the proposal descriptive literature such as cuts, illustrations, drawings, and brochures that shows the product characteristics, construction, and explains its operation. This information wi ll be used to evaluate the acceptability of the product. Named brand or equal items are solicited. If 'or equal' items are proposed, vendor must provide conclusive evidence that it meets of exceeds salient characteristics of above referenced item. Item t o be delivered to AASF Meridian, ATTN: LTC Clarence Kelly, 1553 65th Avenue S., Meridian, MS 39304-7558. The following Federal Acquisition Regulations (FAR) and (DFAR) provisions apply to this solicitation: FAR 52.211-6 Name Brand or Equal; FAR 52.212-1, Instructions to Offerors-Commercial; FAR 52-212-3, Offeror Representations and Certifications Commercial Items; FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Items; FAR 52.222.21 Prohibition of Segregated Facilities; FAR 52.222-26, Equal Opportunity; FAR 52.222-35, Affirmative Action for Disabled Veterans and Veterans of the Vietnam Era; Far 52.222-36, Employment Reports on Disabled Veterans and Veterans of the Vietnam Era; FAR 52.222-37, Employm ent Reports on Disabled Veterans and Veterans of the Vietnam Era; FAR 52.232-33, Payment by Electronic Funds Transfer Central Contractor Registration; FAR 52.232-36, Payment by Third Party; Far 52.239-1, Privacy or Security Safeguards; FAR 52.247-64, Prefe rence for Privately Owned U.S. Flag Commercial vessels, DAFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Ap plicable to Defense Acquisition of Commercial Items, DFARS 252.204-7004, Required Central Contractor Registration, DFARS 252.225-7001, Buy American Act and Balance of Payment Program. Award can only be made to those offerors that are registered through th e Central Contractor Registration System. For those not registered, you may log onto the Internet at http://www.ccr.gov or telephone (888) 227-2423. All offerors must include a completed copy of FAR 52.212-3, Offeror Representations and Certifications Co mmercial Items. Quotes are due no later than 4:00 PM CST, 10 September 2004. Address quotes to USPFO-MS, Attn: NGMS-PFO-PC, Attn: LT Donna Phillips, 144 Military Drive, Jackson, Mississippi 39232-8861. Quotes and/or questions may be emailed to Donna.Ph illips@MS.NGB.ARMY.MIL or faxed to (601) 313-1569 to the attention of LT Donna Phillips. Any technical questions may be addressed to LTC Clarence Kelly at (601)553-3174.
 
Place of Performance
Address: AASF Meridian 1553 65th AVE S. Meridian MS
Zip Code: 39304-4258
Country: US
 
Record
SN00663363-W 20040903/040901212807 (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.