Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF OCTOBER 02, 2004 FBO #1041
SOLICITATION NOTICE

49 -- Portable Hydraulic Test Stand

Notice Date
9/30/2004
 
Notice Type
Solicitation Notice
 
NAICS
334519 — Other Measuring and Controlling Device Manufacturing
 
Contracting Office
Department of the Navy, Naval Air Systems Command, Naval Air Warfare Center Aircraft Division Lakehurst, Contracts Department Hwy. 547 Attn:B562-1, Lakehurst, NJ, 08733-5083
 
ZIP Code
08733-5083
 
Solicitation Number
N68335-04-R-0104
 
Response Due
10/15/2004
 
Small Business Set-Aside
Total Small Business
 
Description
(i) 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. (ii) This solicitation number N68335-04-R-0104 is issued as a competitive request for proposal (RFP). (iii) The solicitation and incorporated provisions and clauses are in effect through Federal Acquisition Circular 97-26. (iv) This solicitation is a small business set aside in accordance with FAR 52.219-6. (v) Contract Line Item Numbers (CLINS) are as follows: CLIN 0001 Portable Hydraulic Cart, Electrical, P/N 9780-0129, MK3A- one (1) each. One operation and maintenance manual shall be included. (vi) Salient Characteristics are as follows: SALIENT CHARACTERISTICS FOR PORTABLE HYDRAULIC TEST STAND (Part Number 9780-0129 MK3A, or Equal) General Description: The Portable Hydraulic Test Stand described below will be used to perform Organizational Level maintenance requirements for F-18 aircraft. Hydraulic flow and pressure are provided for checking the performance and operating characteristics of aircraft hydraulic systems. The portable Hydraulic Test Stand should consists of two independent hydraulic systems, two control panels, two fill and bleed systems and warning systems, cabinet, trailer and two electric motors. Hydraulic Test Stand Hardware Requirements: Unit must be mobile and capable of being towed (up to 20 mph), Shall not exceed the overall dimensions of 120 inches in length, 90 inches in width, and 80 inches in height, Shall not exceed a dry weight of 7400 lbs, Main motors, two electric motors, Fluid reservoir shall be stainless steel with at least a capacity of 32 gallons, Hydraulic system boost system filter shall use replaceable 10 micron element filters, Trailer and Cabinet construction Welded Steel, Springs Leaf type, Wheels four pneumatic tires, 10 ply, 6 X 9 split wheel, Cabinet metal enclosure with access panels, hinged doors storage compartments and weather resistant properties, Brake unit employs a hand operated mechanical type, parking brake (rear wheel), Steering Knuckle-type with tow bar, Portable Hydraulic Test Stand Operating Requirements: Two system 58 gpm (29 gpm/system) at 3000 psig, 25 gpm (12.5 gpm/system) at 5000 psig, High-pressure pump Variable displacement, pressure compensator controlled, axial-piston type; 29 gpm at 2500 psig with integral boost, pump 40 gpm at 300 psig, Utilize MIL-H-83282 or MIL-H-5606,or equivalent, hydraulic fluids or its commercial equivalent, Main motors, two electric motors 70 hp 380 vac 50 Hz capable of operating at 1750 rpm, Fluid heat exchanger fluid-to-air type, 200 psig maximum operating pressure, 300 psig, Thermal Relief Valve 150 psig (adjustable), Fill and Bleed system, pump 1.7 gpm at 125 psig, pump motor ? hp 1437 rpm, proof pressure, Miscellaneous Items: Operating and maintenance manual, parts list and schematics, Delivery with in 3 months, Warranty 1 year against all defects on unit. (vii) All items shall be preserved, packaged, packed, and marked in accordance with best commercial practices. FOB Origin. Ship one (1) each to: Sli Tacis, Inc. 1 Johnson Road, North Lawrence, NY 11559 Inspection and Acceptance at Source. (viii) FAR 52.212-1 Instructions to Offerors ? Commercial Items, is incorporated by reference. Addendum to FAR 52.212-1: All offerors competing for award are required to provide a proposal in two volumes: Volume 1 ? Price Proposal, Certifications and Representations, Volume 2 ? Operations and Maintenance Manual and Descriptive Literature. Offeror is also to provide the terms of commercial warranty of at least one year and past sales history for the same or similar items. For example: the number of units sold, customer sold to, point of contact, previous Government contracts. Descriptive Literature must be furnished as part of the offer. The literature is required to establish, for the purpose of evaluation and award, details of the product the offeror proposes to furnish. Technical acceptability will be based on comparison between the descriptive literature and the Salient Characteristics stated above. (ix) FAR 52.212-2, Evaluation ? Commercial Items is incorporated by reference. Addendum 52.212-2 Para (a): Award will be made to the lowest priced, technically acceptable offeror. Offers will be evaluated on a strict pass/fail basis. (x) Offerors shall include a completed copy of the provision at FAR 52.212-3, Offeror Representations and Certifications - Commercial Items and DFARS 252.212-7000 Offeror Representations and Certifications - Commercial Items (Nov 1995) with its offer. (xi) FAR 52.212-4, Contract Terms and Conditions - Commercial Items is incorporated by reference. The resulting contract will be firm fixed price (FFP). (xii) FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders ? Commercial Items is incorporated in this contract by reference; the following provisions apply: 52.203-6, Restrictions on Subcontractor Sales to the Government (Jul 1995), with Alternate I (Oct 1995)(41 U.S.C. 253g and 10 U.S.C. 2402). 52.222-3, Convict Labor (June 2003)(E.O. 11755). 52.222-19, Child Labor?Cooperation with Authorities and Remedies (June 2004) (E.O. 13126). 52.222-21, Prohibition of Segregated Facilities (Feb 1999). 52.222-26, Equal Opportunity (Apr 2002)(E.O. 11246). 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Dec 2001)(38 U.S.C. 4212). 52.222-36, Affirmative Action for Workers with Disabilities (Jun 1998)(29 U.S.C. 793). 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Dec 2001)(38 U.S.C. 4212). 52.225-13, Restrictions on Certain Foreign Purchases (Dec 2003) (E.o.s, proclamations, and statutes administered by the Office of Foreign Assets Control of the Department of the Treasury). 52.225-15, Sanctioned European Union Country End Products (Feb 2000)(E.O. 12849). 52.232-33, Payment by Electronic Funds Transfer?Central Contractor Registration (Oct. 2003)(31 U.S.C. 3332). (i) 52.247-64, Preference for Privately Owned U.S.-Flag Commercial Vessels (Apr 2003)(46 U.S.C. 1241 and 10 U.S.C. 2631). 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to the Defense Acquisitions of Commercial Items; 252.225-7001, Buy American Act and Balance of Payments Program; 252.247-7024, Notification of Transportation of Supplies by Sea. (xiii) Additional requirements. Warranty: The Offeror?s commerical warranty of at least one year shall apply and should be stated in the Operation and Maintenance Manual. The information should be a brief statement that a warranty exists, the substance of the warranty, the duration, and claim procedures. (xiv) Cost proposal, operation/maintenance manual, and descriptive literature are due by 3:00 p.m. EST, 15 OCTOBER 2004 at the Naval Air Warfare Center Aircraft Division Lakehurst, Attn: Code 25212 A. Wilcox, Hwy 547, Bldg. 110-1, Lakehurst, NJ 08733-5082. Offerors must acquaint themselves with the new regulations concerning Commercial Item Acquisition contained at FAR Subpart 12 and must ensure that all Representations and Certifications are executed and returned as required in this synopsis/solicitation. (xv) Name and telephone number of individual to contact for information regarding the solicitation: Angela Wilcox, (732) 323-4573, fax (732) 323-2359, e-mail:angela.wilcox@navy.mil. This Combined Synopsis/Solicitation will be posted on the NAVAIR homepage located at http://www.fedbizopps.gov/. Hard copies of this Combined Synopsis/Solicitation and Amendments will NOT be mailed to the contractors. The Government will not accept electronic proposals.
 
Record
SN00687228-W 20041002/041001111700 (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.