Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 09, 2006 FBO #1656
SOLICITATION NOTICE

17 -- MAINTENANCE STANDS FOR KC-135R AIRCRAFT -161 ARW - PHOENIX, ARIZONA

Notice Date
6/7/2006
 
Notice Type
Solicitation Notice
 
NAICS
332999 — All Other Miscellaneous Fabricated Metal Product Manufacturing
 
Contracting Office
161 ARW, ATTN: Base Contracting Office, 3200 E. Old Tower Road, Phoenix, AZ 85034-7263
 
ZIP Code
85034-7263
 
Solicitation Number
W912L2-06-R-0001
 
Response Due
7/6/2006
 
Archive Date
9/4/2006
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation for the purchase of a commercial item prepared in accordance with the format in FAR Subpart 12.6, the test program in FAR 13.5, as supplemented with additional information included in this notice. This solic itation is issued under Request for Quote (RFQ) number W912L2-06-R-0001. All quotes shall reference the RFQ number and shall be submitted by 10:00 AM MST on 6 July 2006. The anticipated award date is 21 July 2006, with a proposed delivery date of 120 day s After Receipt of Order (ARO). Submit all quotes to emily.guchereau@azphoe.ang.af.mil or fax to the 161 ARW Base Contracting Office at 602-302-9122, oral quotations will not be accepted. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC 2005-09 (May 19,2006) DCN 20060512. This solicitation is issued as a 100% Small Business Set-Aside. The North American Industry Classification System Code (NAICS) 332999 size standard of 500. T he 161st Air Refueling Wing, Arizona Air National Guard wishes to procure one (1) SET of Wing Stands (left and right); (1) Dry Bay Stand; (1) Cargo Door Stand; (1) SET of Rear Door Access Stands (left and right); (1) Boom Maintenance Stand; and (1) single Rear (LEFT) Door Access Stand, to aid in the maintenance and inspection functions of the KC-135R aircraft. Stands shall comply with the requirements of OSHA, AFOSH, and (American Welding Society) AWS standards for structural soundness and safety. The stands should allow work functions to be performed on the KC-135 R Model Aircraft at various levels. All stand s should be palletized and prepared for transport. Each stand has an adjustable height range of eight inches. Wing stands need to be adjustable to conform to the slope of the wings. Non-skid aluminum deck surfaces with swivel wheel casters that lock are mandatory features. Floor will be reinforced and spot-welded as necessary to prevent oil canning when personnel are walking on the surface. Each stand will have stairs mounted with handrails and will have a handrail around the upper platform. Stands ne ed to be wide enough for loading of large panels and parts, also allowing for several people to be on the stands at one time. It is necessary for the stand to be made of aluminum for easy movement and versatility, and bolted construction with zinc-plated hardware is desirable. Wing Stands are to be designed to separate into two sections making storage more convenient within limited hanger space. Delivery and Acceptance Requirements: Stands should be delivered to the Arizona Air National Guard, 161 ARW/MX G, C/O Base Supply, 2300 East Old Tower Road, Building 20, Phoenix, Arizona 85034-7263. Solicitation provisions at FAR 52.212-1, Instructions to Offerors-Commercial Items (Jan 2006) is hereby incorporated by reference. IAW the solicitation provision 52.21 2-2, Instructions to Offerors  Commercial Items (Jan 1999) the Government will award a contract resulting from this solicitation to the responsible contractor whose quote conforming to the solicitation will be most advantageous representing the Best Value to Government price and other factors considered. The technical factors used to evaluate quotes will be functionality of the stands, past performance and delivery terms. The technical factors will be rated equal to the cost factors. Evaluation of funct ionality shall be based on the following: Quoters shall provide specification sheets and dimensions with details entailing the requirements noted in the description listed above. The functionality should be described in sufficient detail for the Governme nt to be able to evaluate the technical capabilities of the proposed stands. The vendor shall identify the number of days it will take to provide the requested items. Failure to identify the number of days for delivery will indicate acceptance of a deliv ery date 120 days after award of the contract. Past Performance will be evaluated as follows: Evaluation of past performance shall be based on information provided by the quoters and any other information the Government may obtain by following up on the information provided by the quoters and/or throu gh other sources (i.e. quoters performance on previously awarded contracts and/or contracts with other Government entities). The quoter must identify three Federal, State or Local Government and private contracts for which the quoter has supplied similar services to those identified in this solicitation. References should include the most recent contracts completed within the last three years. The quoter shall provide a point of contact, current telephone numbers and fax numbers for each line item listed above. Quoters are reminded to include a completed copy of provision FAR 52.212-3, Representations and Certifications  Commercial Items, with their proposals. FAR 52.212-4, Contract Terms and Conditions Required to Implement Statues or Executive Order s  Commercial Items, is hereby incorporated by reference. The following clauses within 52.212-5 apply to this solicitation and any resultant contract; 52.203-6, Restrictions on Subcontractor Sales to the Government, with Alternate I; Notice of Price Eval uation Preference for HUB Zone Small Business Concerns; 52.219-8, Utilization of Small Business Concerns and Small Disadvantage Business Concerns (15USC637); 52.222-21, Prohibition of Segregated Facilities; 52.222-26, Equal Opportunity; 52.222-35, Equal Op portunity for Special Disabled Veterans, Veterans of the Vietnam Era and Other Eligible Veterans; 52.222-36, Affirmative Action for Workers with Disabilities; 52.222-37, Employment Reports on Special Disabled Veterans and Veterans of the Vietnam Era, and O ther Eligible Veterans; 52.222-19, Child Labor Cooperation with Authorities and Remedies; 52.223-9, Estimate Percentage of Recovered Material Content for EPA Designated Products (42 U.S.C. 6962(c )(3)(A)(ii)); Alternate I of 52.223-9 (42 U.S.C. 69621 (i)( 2)(C); 52.232-33, Payment by Electronic Funds TransferCentral Contractor Registration; The following additional clauses and provisions are incorporated by reference: 52.247-34, F.O.B.- Destination; 52.252-1, Solicitation Provisions Incorporated by Referen ce; 52.252-2, Clauses incorporated by Reference; 252.204-7004, Required Central Contractor Registration; The following clauses within 252.225-7001 apply to this solicitation and any resultant contract; 252.225-7014 Preference for Domestic Specialty Metals (MAR 1998) (10 U.S.C. 2241); 252.227-7015, Technical Data, Commercial Items; 252.243-7002, Request for Equitable Adjustment; 252.247-7023, 252.225-7000, Buy American ActBalance of Payments Program Certificate; Provision 363.225-7001, Buy American Act and Balance of Payments Program. The clause(s) incorporated by reference can be accessed in full text at the Web Site: http://www.arnet.gov/far or http://farsite.hill.af.mil. All quotes timely received will be considered and contractors are highly encourag ed to submit multiple proposals, which will be evaluated separately. Please submit one (1) proposal per fax or e-mail. All quotes are due by 06 July 2006, 1000 AM MST to the 161 ARW Base Contracting Office by email to emily.guchereau@azphoe.ang.af.mil or Faxed to 602-302-9122.
 
Place of Performance
Address: 161 ARW ATTN: Base Contracting Office, 3200 E. Old Tower Road Phoenix AZ
Zip Code: 85034-7263
Country: US
 
Record
SN01064240-W 20060609/060607221535 (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.