Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 31, 2005 FBO #1496
SOLICITATION NOTICE

15 -- F/A-18 WINDSCREEN TESING

Notice Date
12/29/2005
 
Notice Type
Solicitation Notice
 
Contracting Office
N00244 Naval Base 937 North Harbor Drive San Diego, CA
 
ZIP Code
00000
 
Solicitation Number
N0024406T0212
 
Response Due
1/6/2006
 
Archive Date
2/6/2006
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with FAR 12.6 Streamlined Procedures for Evaluation and Solicitation for Commercial Items and FAR 6.302-1, Only One Responsible Source and No Other Supplies or Services Will Satisfy Agency Requirements and with supplemental information contained in this solicitation. The sole source selection for this requirement is Sierracin/Sylmar, cage:71355. Note: Other qualified companies that can perform this work are encouraged to review and download this solicitation. This announcement constitutes the only solicitation; a Request for Quotation (RFQ) is being requested and a written solicitation will not be issued. The Solicitation number is N00244-06-T-0212. The RFQ and incorporated provisions and clauses are those in effect through FAC 2005-06, class deviation 2005-o0001 and DFARS-DCN 20051220. This solicitation is unrestricted. NAICS Code 326130 and business size standard of 500 employees is applicable. FISC San Diego requests responses from qualified sources capable of providing: CLIN 0001 ? Presurization cycle test plan, CLIN 0002 Photo record of each test, CLIN 0003 Final report for the test. The following Statement Of Work applies to this solicitation: Objective of this test is to evaluate the affect of pressurization on crack development on the windscreen transparency, provide effective trend analysis of fielded F-18 windscreens, and if required to assist in the development of inspection criteria and redesign of the windscreen. 1. Government will provide RFI Windscreen Frame 271510-01. Offeror shall develop and submit for approval to NAVAIR/Boeing a test plan based on the following: a. Inspect transparency (transparency provided by the offeror) to ensure no cracks are found around the bolt holes. b. Frame the transparency. c. Pressure cycle 100 cycles 0 to 5.0 psig. Dwell (hold pressure) for 1 minute between each cycle. d. Disassemble as necessary to inspect and photograph arch area for cracks, especially Type 2 cracks. e. Repeat C and D using 500, 1000, 1500 and 2000 cycles. 2. Offeror shall provide government access to test facility to perform the cycle test. 3. Offeror shall provide an improved birdstrike windshield transparency Part Number 171500-63 or 171500-67, rejected for optics. Note: Black paint shall not be applied to the edge of the transparency. 4. Offeror will supply labor to install transparency into GFE frame. Exception: Transparency bolts may be installed dry as long as the torque is adjusted per NAVAIR direction. 5. Offeror shall return Windscreen Frame 271510-01 to Ready For Issue (RFI) Condition. 6. Offeror shall allow NAVAIR and Boeing personnel to witness testing at the contractor?s facility. NAVAIR and Boeing personnel shall be allowed to inspect all contractor procedures and equipment used with respect to the test, inspection of test area and equipment. Note: The improved bird strike windshield transparency and windshield top assembly are each Flight Critical components. Offer to provide the following deliverables: 1. Pressurization Cycle Test Plan as referenced in 2.0 2. Photo record of each test inspection per section 2.0 3. Final report for the test. 4. Non RFI transparency P/N 171500-63 or ?67 5. Government Furnished Frame The required delivery date is 60 days or sooner after receipt of an awarded contract. Delivery will be made to NADEP North Island, San Diego. Inspection and acceptance of all material will be performed by the Government at Destination. THE FOLLOWING PROVISIONS AND CLAUSES ARE APPLICABLE AND ARE HEREBY INCORPORATED INTO THE SOLICITATION BY REFERENCE AND BY FULL TEXT. THE FULL TEXT OF THE CLAUSES/PROVISIONS FROM THE FAR AND DFARS CAN BE ACCESSED VIA THE INTERNET USING THE FOLLOWING WEB-SITE ADDRESS: www.arnet.gov or http://farsite.hill.af.mil It is the responsibility of the offerors to obtain copies of the necessary provisions and or clauses that are required as a part of this solicitation. Required clauses/provisions that are not submitted may render an offer not to be accepted by the Government. FAR 52.212-1, Instructions to Offerors Commercial Items NOTE: This provision must be reviewed completely. It contains the guidelines for submission of your quotation. Addendum to FAR 52.212-1: FAR 52.215-5 Facsimile Proposals, (c) Fax: 619-532-1088 FAR 52.212-2 Evaluation of Commercial Items; (a) The Government will award a Firm Fixed Price purchase order resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous and considered the ?Best Value? to the Government, price and other factors considered. The following factors shall be used to evaluate the quotation: (i) Technical capability of the product/service being offered. To be determined technically acceptable, the contractor must furnish technical information in accordance with FAR 52.212-1(b)(4). It is preferred that technical information be provided in Adobe ?pdf? file format, if possible. Contractors submitting offers are required to submit their technical capabilities of their company?s that highlight their ability (required equipment, personnel, and qualifications) to complete this project. Contractors offering an ?equal? product to the product required by the Government are required to furnish complete technical specifications of the offered product. Failure to provide this information may render the quotation unacceptable for award based on the Contracting Officers determination. (ii) Past Performance: Provide Past Performance data on your companies? two most recently completed Federal Government contracts (Not to exceed (3) years since completion) for like or similar material required by this solicitation. If you do not have Federal Government contracts, list State, Local or commercial contracts. Provide contract number, date of contract, quantity, unit price, and model/part number of product sold. Provide name of Government activity or commercial company, point of contact/phone number. This Performance data will be used to evaluate your companies past performance in meeting contract cost/price, technical and delivery objectives. (iii) Pricing: Contractors must provide current pricing for each CLIN specified and a total cost for all material inclusive of transportation costs to San Diego, California. Pricing will be evaluated against other quotations received. Transportation costs quoted separately of the unit price are considered part of the quotation and will be evaluated accordingly. Only quotations which have been determined to have met all factors will be considered for award. Ability to meet the requirements set forth in this RFQ shall be demonstrated by the contractor?s submission of a signed quotation which has not taken exception to the schedule. Quotations which take exception and do not meet the Government?s requirement may be determined to be unacceptable and not considered for award. At the discretion of the Contracting Officer, the Government intends to evaluate quotations without discussions and award a Firm Fixed Price purchase order. Each initial offer should, therefore contain the contractors best terms from both a technical, delivery and pricing standpoint. The Government reserves the right to make award to other than low offeror when it has been determined by the Contracting Officer to be in the best interest of the Government. FAR 52.212-3, Offeror Representation and Certifications-Commercial Items-ALT I-OCT 1998; Incorporated by reference; NOTE: This provision is considered a ?fill-in.? All applicable fields must be completed. Submit this provision with your quotation. FAR 52.212-4 Contract Terms and Conditions Commercial Items; Addendum to FAR 52.212-4 are hereby incorporated by reference or full text as applicable: FAR 52.247-34 FOB Destination; FISC-SD local clauses: 331 Review of Agency Protests (MAR 2000); 332 Unit Prices (OCT 2001); FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (Deviation) applies with following applicable clauses for paragraph (b): FAR 52.219-4 Restrictions on Subcontractor Sales to the Government; FAR 52.219-8 Utilization of Small Business Concerns; FAR 52.222-21 Prohibition on Segregated Facilities, FAR 52.222-26 Equal Opportunity, FAR 52.222-35 Affirmative Action for Special Disabled and Vietnam Era Veterans, FAR 52.222-36 Affirmative Action for Handicapped Workers, FAR 52.222-37, Employment Reports on Special Disabled Veterans and Veterans of the Vietnam Era, 52.232-22 Payment by Electronic Funds Transfer-Central Contractor Registration; DFARS 252.225-7007 Buy American Act, Trade Agreements, Balance of Payments Program; DFARS 252.225-7036 Buy American Act, North American Free Trade Agreement Implementation Act, Balance of Payments Program; DFARS 252.212-7001 Contract Terms and conditions required to implement statutes or executive orders applicable to defense acquisitions of commercial items-JAN 1999, 252.204-7004 Required Central Contractor Registration; DFARS 252-225-7007 Trade Agreements-Balance of Payments Program, DFARS 252.225-7012 Preference for Certain Domestic Commodities, DFARS 252.247-7024 Notification of Transportation of Supplies by Sea; DFARS: 252.225-7013 Duty Free Entry; End of Clauses/Provisions. IMPORTANT NOTICE: DFARS 252.204-7004 ?Central Contractor Registration? (CCR) is required and applies to all solicitations issued on/after 6-1-98. Lack of registration in the CCR database will make an offeror/quoter ineligible for award of a contract/purchase order. Please ensure compliance with this regulation when submitting your quote. Utilize the CCR website at http://www.ccr.gov and/or call the CCR Assistance Center at 888-227-2423 for more information. Requests for technical and or contractual clarification are to be submitted to the Contracting Officer via email. Quotation information may be submitted electronically via e-mail, by separate computer disk in MS Word (latest version) or by fax. Submit responses to: Fleet and Industrial Supply Center, Regional Contracts Dept., 937 N. Harbor Dr., Ste. 60, San Diego, CA 92132-0060 Attn: Glenn T. LaBarge Code 240, 619-532-1088 fax, glenn.labarge@navy.mil The solicitation period is December 29, 2005 to January 6, 2006. Reference solicitation number: N00244-06-T-0212 on all documents and requests for information. Quotes must be received no later than COB 1600 p.m. (PST) on January 6, 2006.
 
Web Link
Click here to link to NAVSUP website
(http://www.navsup.navy.mil/portal)
 
Record
SN00959551-W 20051231/051229212029 (fbodaily.com)
 
Source
FedBizOpps 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.