Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 31, 2005 FBO #1343
SOLICITATION NOTICE

16 -- Lockable Stowage Container for the C130J Aircraft

Notice Date
7/29/2005
 
Notice Type
Solicitation Notice
 
NAICS
336413 — Other Aircraft Parts and Auxiliary Equipment Manufacturing
 
Contracting Office
C130SG/PK 2275 D Street, Bldg 16, Rm 149 WPAFB OH, 45433
 
ZIP Code
45433
 
Solicitation Number
FA8625-05-R-6457
 
Response Due
8/19/2005
 
Archive Date
10/28/2005
 
Small Business Set-Aside
N/A
 
Description
This is a combined synopsis/solicitation for modified 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; technical and price proposals are being requested and a written solicitation will not be issued. This solicitation, FA8625-05-R-6457, is hereby issued as a Request for Proposal (RFP). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular. Reference Statement of Work (SOW) below for requirement description, place(s) of delivery, technical and price proposal instructions. The provision at 52.212-1, Instruction to Offerors-Commercial, applies to this acquisition. The provision at 52.212-2, Evaluation-Commercial, applies to this acquisition as follows: The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: price is more important than technical. All Contractors wishing to do business with the Government must register first in the Central Contractor Registration (CCR) database located on the Internet at www.ccr.gov. Effective 1 October 2004, Contractors must also provide representations and certifications electronically via www.bpn.gov/orca in conjunction with the required registration in CCR. The clause at 52.212-4, Contract Terms and Conditions-Commercial Items, applies to this acquisition. The clause at 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items, applies to this acquisition. The closing date for this combined synopsis/solicitation is August 19, 2005, 5:00PM EST. All inquiries regarding this solicitation must be submitted in writing to Toni Clay, Contracting Officer, at antoinette.clay@wpafb.af.mil. Statement of Work Lockable Stowage Container for C130J Aircraft July 28, 2005 The Air Mobility Command (AMC) has levied a requirement for a lockable stowage container to be installed on all C-130J aircraft for temporary stowage of weapons and classified material. This container is needed as soon as possible in support of the Air Expeditionary Force (AEF) deployment. ? The container shall be capable of being permanently mounted onto the aircraft. o The stowage container shall be secured to the aircraft utilizing common hardware o Installation/removal of the container shall not require the use of special tools. ? Due to the location the container will be mounted, the container dimensions shall be 11 ?? inches tall x 14 ?? inches wide x 11 ?? inches deep. ? The width of the container shall be designed to be fit into an area which will require a 1 ?? inch deep x 1 ?? inch wide x 10 ?? inch extension to allow for fit. ? The stowage container will have the Federal Specification FF-L-2740A specified X-09 Combination Lock installed and shall be government furnished equipment ? A handle shall be installed near the combination lock to facilitate opening the hinged door. -Handle shall not interfere with normal crew activities. -Handle shall not protrude beyond the depth of the combination lock. -Crew members shall be capable of using the handle with gloves being worn. ? The container will be a seamless metal (or similar construction) or welded seal metallic design with a lockable hinged door. -The container shall be, at a minimum, 11 gauge steel body, -The door shall be, at a minimum, 1/4?? steel plate. ? The hinged door shall have an internal second locking mechanism to ensure positive locking of the door. Crew member will be able to operate this locking mechanism without the aid of additional hand tools. ? All hinges will be internally mounted and wielded to the assembly. ? The interior of the container shall be lined to ensure no damage to the stowed weapons can occur ? The two adjustable shelves shall be designed to allow stowage of classified equipment/documentation. -Shelves shall be adjustable the full height of the interior of the stowage container -Shelves shall have the capability of being secured in flight -The top of the shelves shall be coated or lined to ensure no movement of stowed equipment/documentation -Underside of the shelves shall be lined to ensure no damage can occur to equipment stored underneath them. ? A weapons rack shall be provided which will accommodate six 9mm Beretta pistols. -Rack shall be removable -When installed, the rack shall be secured to ensure no longitudinal or lateral movement can occur -The rack shall be rubberized to prevent metal to metal contact to the stowed weapons. ? Recommend the outside of the container be painted a dull gray in color. -Paint shall be able to withstand normal day-to-day wear and tear without chipping. -Paint shall be enamel paint with a protective top coating o The proposed total price shall be Firm-Fixed Price (FFP). At a minimum, the price proposal must include the unit price, extended price, delivery price(s), discount terms, and all other cost associated with meeting the requirement. The price proposal must also identify the ??remit to?? address if different than the mailing address. o The technical proposal must contain artwork in sufficient detail to evaluate compliance with the SOW and to assist the Government with developing installation procedures. This may include product literature, or other documents. Additionally, the technical proposal must include terms of expressed warranty. ? The contract will be for the delivery of 42 safes. The safes will be delivered as follows. -Eight (8) Safes: 135th Airlift Group; Martin State Airport; Baltimore, MD 21220-2899 -Five (5) Safes: 146th Airlift Wing; Channel Islands Air National Guard Station; Port Hueneme, CA 93041 -Six (6) Safes: 193rd Special Operations Wing; Middletown, PA 17057 -Fifteen (15) Safes: 403rd Wing; Keesler AFB; Biloxi, MS 39534 -Four (4) Safes: 314th Airlift Wing; Little Rock AFB; Little Rock AR72076 -Four (4) Safes: 143rd Airlift Wing; Quonset Point Airport; North Kingston, RI 02852 For more information on 05R6457--Lockable Stowage Container for the C130J Aircraft please refer to http://www.pixs.wpafb.af.mil/pixslibr/05R6457/05R6457.asp
 
Web Link
05R6457-Lockable Stowage Container for the C130J Aircraft
(http://www.pixs.wpafb.af.mil/pixslibr/05R6457/05R6457.asp)
 
Place of Performance
Address: Contractor facility
Zip Code: N/A
Country: USA
 
Record
SN00857928-W 20050731/050729212101 (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.