Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 10, 2006 FBO #1537
MODIFICATION

16 -- F-16 Inlet/Exhaust Plugs

Notice Date
2/8/2006
 
Notice Type
Modification
 
NAICS
336413 — Other Aircraft Parts and Auxiliary Equipment Manufacturing
 
Contracting Office
115 FW/LGC, Wisconsin Air National Guard, 3110 Mitchell Street, Building 500, Madison, WI 53704-2591
 
ZIP Code
53704-2591
 
Solicitation Number
W912J2-06-T-1001
 
Response Due
2/17/2006
 
Archive Date
4/18/2006
 
Point of Contact
Katherine Pinnow, 608-245-4524
 
E-Mail Address
115 FW/LGC
(katherine.pinnow@wimadi.ang.af.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. The 115 Fighter Wing is soliciting quotes for F-16 inlet and exhaust plugs, to be delivered to the Wisconsin Air National Guard, Truax Field, Madison WI 53704. This requirement is a 100% SMALL BUSINESS set-aside acquisition. Issued as a Request for Quotation, proposals are being requested and a written solicitation will not be issued. The NAICS code is 336413 and the Standard Industrial Classification (SIC) 3728 applies to the procureme nt. CLIN 0001: (17) each F-16 Big Block Inlet Plug (non-folding type) with forms pouch and tail number. Aircraft intake dimensions: 55 inch width, 17-1/4 inch height, and 122 inch circumference (inside diameter). Measurements are approximate only. Veri fy measurements to specifications for Block 30 aircraft. See statement below. All covers shall be constructed from Naugahide fabric or similar. Color red and waterproof. All stitching shall be in accordance with Fed. Std. DDD-S- 571, w/6-8 stitches per inch, stitch type 301. Thread shall be in accordance with Mil-C-5778C 3,3,2 and shall be the same color as the material. The intake plugs will be of the non-folding type featuring a low profile forms pouch, a 3 inch embroidered aircraft tail number usin g thread color #152:6735. Each plug will have a 6 inch thermal pressed handle for easy installation and removal of the equipment. Each handle will be attached according to the Mil Spec stated above and finished in an X pattern for added strength. All co nstruction will be double stitched and all end seams will require a back stitch of no less than ½ inch. CLIN 0002: (17) each F-16 Exhaust Plug with Tail Number. Aircraft exhaust dimensions: 35 inch width, 35 inch height, and 112 inch circumference (insid e diameter). Measurements are approximate only. Verify measurements to specifications for Block 30 aircraft. See statement below. All covers shall be constructed from Naugahide fabric or similar. Color red and waterproof. All stitching shall be in ac cordance with Fed. Std. DDD-S- 571, w/6-8 stitches per inch, stitch type 301. Thread shall be in accordance with Mil-C-5778C 3,3,2 and shall be the same color as the material. The intake plugs will be of the non-folding type featuring a low profile forms pouch, a 3 inch embroidered aircraft tail number using thread color #152:6735. Each plug will have a 6 inch thermal pressed handle for easy installation and removal of the equipment. Each handle will be attached according to the Mil Spec stated above an d finished in an X pattern for added strength. All construction will be double stitched and all end seams will require a back stitch of no less than ½ inch. Both CLIN 0001 and 0002 dimensions are for a Block 30 Large Mouth F-16 with a General Electric en gine. The offeror shall include descriptive literature such as specifications, brochures or other manufacturing information that fully describes the item being offered. The item is to be delivered FOB Destination within 45 days ARO to the following addre ss: 115 MXQ, 3110 Mitchell Street, Madison WI 53704. The following provisions are included in this acquisition: FAR 52.212-1, Instruction to Offerors-Commercial Items, Commercial (Jan 2004). The Government will make an award to the responsible offeror w hose offer conforming to the solicitation is the lowest price. Offerors shall include with their quotes a completed signed copy of 52.212-3, Offeror Representations and Certifications-Commercial Items (Jan 2004). The following clauses apply to this acqui sition: FAR 52.212-4, Contract Terms and Conditions  Commercial Items (Oct 2003); FAR 52.212-5, Contract Terms and Conditions Required to Implement Sn Purc hases, 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration; 52.233-3, Protest After Award; FAR Clause52.247-34, FOB Destination applies to this acquisition and DFARS 252.204-7004, Required Central Contractor Registration; 252.23 2-7003, Electronic Submission of Payment Request; 252.212-7001, Contract Terms and Conditions Required to Implement Statues or Executive Orders Applicable to Defense Acquisition of Commercial Items; 252.246-7000, Material Inspection and Receiving Report, a re applicable to the acquisition and the Service Contract Act, 52.222-41. The full text of these provisions and clauses may be accessed electronically at this address: http://farsite.hill.af.mil. **SPECIAL REMARKS** To be eligible to receive an award res ulting from this solicitation, contractor must be registered in the DOD Central Contractor Registration (CCR), NO EXCEPTIONS. To register, you may call 1-888-227-2423 or apply via the Internet at http://www.ccr.gov. For information regarding this solicit ation, contact SSgt Katherine Pinnow, katherine.pinnow@wimadi.ang.af.mil. Responses to this RFQ must be received by FAX (608) 245-4489 or e-mail by 1600 local time 12 February 2006. NOTE: THIS NOTICE WAS NOT POSTED TO FEDBIZOPPS ON THE DATE INDICATED IN THE NOTICE ITSELF (08-FEB-2006); HOWEVER, IT DID APPEAR IN THE FEDBIZOPPS FTP FEED ON THIS DATE. PLEASE CONTACT fbo.support@gsa.gov REGARDING THIS ISSUE.
 
Web Link
Link to FedBizOpps document.
(http://www.fbo.gov/spg/USA/NGB/DAHA47-1/W912J2-06-T-1001/listing.html)
 
Place of Performance
Address: 115 MSG/MSC Wisconsin Air National Guard, 3110 Mitchell Street Madison WI
Zip Code: 53704-2591
Country: US
 
Record
SN00984061-F 20060210/060208215127 (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.