Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 22, 2006 FBO #1761
SOLICITATION NOTICE

19 -- Hovercraft

Notice Date
9/20/2006
 
Notice Type
Solicitation Notice
 
NAICS
336612 — Boat Building
 
Contracting Office
Department of the Air Force, Air Combat Command, 1st CONS, 74 Nealy Avenue, Suite 100, Langley AFB, VA, 23665
 
ZIP Code
23665
 
Solicitation Number
F2Q3286233A101
 
Response Due
9/23/2006
 
Archive Date
10/8/2006
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation for commercial items number F2Q32862333A101 prepared in accordance with the format in the Federal Acquisition Regulation (FAR) 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 solicitation will be issued on the World Wide Web and can be found at the following web site: http://www.fbo.gov. This solicitation is being issued as a Request for Quote (RFQ) using Simplified Acquisition Procedures. This solicitation document and incorporated provisions are those in effect through Federal Acquisition Circular (FAC) 2005-07 and Defense Federal Acquisition Regulation Supplement, Defense Change Notice (DCN) 20060223. The NAICS codes are 336612 and the small business size standard is 500 employees. Langley AFB is looking to purchase 1(ea), 6 passenger hovercraft, rescue model fully assembled to include at least the following items: Fire extinguisher, Hull ID and USCG capacity label, Computer Operated reverse thrust system w/fly-by-wire controls, full instrument panel to include tachometer, and hour meter. Other features include: Matching color fabric cover, 500gph bilge pump, marine grade horn, navigation lights, 10,000 candlepower twin headlights, (operation, maintenance and trailer) manual, windshield and attachment. Composite urethane foam and hand-laid fiberglass hull. Gelcoat and hand-laid fiberglass body - matching color of hull above, 18" dual safety grab handles, engine tool kit with case, Siren/PA system and air horn, rotating lightbar, 2-100 candlepower lights, heavy duty body modification, removeable mounted 200,000 candlepower spot light, and stretcher mount w/installed hardware. Color shall be white with no manufacturer decals. Payload shall hold at least 6 people (900lb average - 1025lb maximum). Average forward speed shall be as follows; 30-45mph mudflat/beach, 45mph in calm water, 30-40mph on land/short grass, 40-50mph on smooth ice, 30-45mph on firm snow. Reverse speed shall be a minimum of at least 25mph in calm water. Fuel consumption average; 5 US gal/hr (19l/hr) at crusing power. Range shall be a minimum of atleast 84 miles at cruising speed, 2.4hr, with dual tanks or 126 miles, 3.6hrs, single long range tank. Static thrust; atleast 200lbs. Length shall equal 15ft 8in on cushion, 14ft off cushion. Width shall equal 8ft 4in on cushion, 6ft 8in off cushion. Height shall equal 4ft 6in on cushion, 3ft 9in off cushion. Weight shall be between 640lbs and 800lbs. Noise shall not exceed 90db. The hovercraft shall operate on premium unleaded gasoline, 45:1 mix. The hovercraft shall be able to operate on salt or fresh water of any depth, sand, mud, grass, swamp, flat desert, ice and snow. The hovercraft shall contain US Coast Guard approved urethane foam positive flotation 135% of unladen weight plus passenger compartment displacement buoyancy, 78% of unladen weight. Electrical; Engine driven AC alternator, voltage regulator and rectifier 13V DC, 250 watts at 4000 rpm. Battery 235 AMP at zero degree F. Engine shall be liquid cooled by engine mounted pump and twin air radiators. At least one third of total air supplied shall be diverted via an integrated system to the lift air cushion, which is contained by an extended segmented (finger) skirt. Average cushion pressure is 18 lb/sq ft (0.86 kPa). Two heavy duty, fiberglass coated, parallel skids shall run full length of hull. Engine power shall consist of at least 939 cc, 100 hp (74 kw) @ 6000 rpm, fuel injected, 2-cycle 3-cylinder, liquid cooled, electric start. Maximum Exhaust Gas Temperature 1300 F (704C). Award will be subject to the availibility of funds. Place of delivery for acceptance and FOB point will be 65 Sweeney Blvd, Langley AFB, VA 23665. The following provisions and clauses apply to this acquisition: Quotes will be evaluated and awarded to the offeror with the lowest price technically acceptable. The clause at FAR 52.212-4, Contract Terms and Conditions-Commercial Items; FAR 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders--Commercial Items. Specifically, the following clause cited is applicable to this solicitation: FAR 52.232-33, Payment by Electronic Funds-Central Contractor Registration. The clause at DFARS 252.204-7004, Required Central Contractor Registration. The Government reserves the right to award on a multiple award or an all or none basis. All firms must be registered in the Central Contractor Registration database @ www.ccr.gov. The above provisions and clauses can be found at http://farsite.hill.af.mil. The Defense Priorities and Allocation Systems (DPAS) assigned rating for this procurement is unrated. There are no numbered notes applicable. This announcement will close and quotes are due by 4:00 PM (EST) 23 September 2006. Signed and dated offers, to include a complete listing of all items, must be submitted to 1st Contracting Squadron/LGCB, Attn: Scott DeLoera, 74 Nealy Avenue, Langley AFB, VA 23665-2088. Responsible sources may submit a quote which shall be considered. Offers may be submitted via mail or facsimile.
 
Place of Performance
Address: 65 Sweeney Blvd, Langley AFB, VA
Zip Code: 23665
Country: UNITED STATES
 
Record
SN01149331-W 20060922/060920220447 (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.