Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 31, 2007 FBO #1951
SOLICITATION NOTICE

17 -- LIGHT WEIGHT MATTING (LWM) SYSTEM

Notice Date
3/29/2007
 
Notice Type
Solicitation Notice
 
NAICS
336413 — Other Aircraft Parts and Auxiliary Equipment Manufacturing
 
Contracting Office
Department of the Navy, Naval Air Systems Command, Naval Air Warfare Center Aircraft Division Lakehurst, Contracts Department Hwy. 547 Attn:B562-3C, Lakehurst, NJ, 08733-5083, UNITED STATES
 
ZIP Code
00000
 
Solicitation Number
N68335-07-R-0096
 
Response Due
4/12/2007
 
Archive Date
4/27/2007
 
Description
This is a combined synopsis/solicitation (Request for Proposal) for a proven commercial Light Weight Matting (LWM) System and accessories. Proposals must be in accordance with the format described in FAR subpart 12.6 as supplemented with additional information included in this notice. This notice/announcement constitutes the only solicitation; proposals are being requested and no other written solicitation will be issued. Solicitation N68335-07-R-0096 is issued as an RFP. This document and incorporated provisions and clauses are those in effect through FAC 2005-09. The North American Industry Classification System (NAICS) code is 336413, Federal Supply Class, FSC Code 1710. This is a full and open competitive procurement. A Firm Fixed Price Indefinite Delivery Indefinite Quantity (IDIQ) Type contract may be awarded from this notice, using the procedures in FAR parts 12 and 13. Inspection and acceptance of the items shall be at source/origin. Minimum quantity is 100 units. Maximum quantity 500 units. Shipping shall be F.O.B. Origin by DCMA via Government Bill of Lading (GBL). Contractor is requested to provide the best delivery schedule. Payment will be made by the appropriate DFAS finance center upon delivery of the items. The Expeditionary Airfield LWM System shall provide a continuous bearing surface for the Vertical Takeoff and Landing (VTOL) operations of rotary wing aircraft. The Light Weight/Light Duty Mat may be fabricated from metal, plastic, composite, or any combination of these materials provided that the mat and the mat system have the following minimum range of capabilities: 1. MAT STRUCTURAL PROPERTIES ? (a) The maximum mat density shall be .35 pounds per square foot, with a maximum mat volume of 0.1 cubic feet per square foot. (b) The mat shall withstand sustained VTOL operations (consistent with all applicable Department of Defense (DOD) aircraft technical documents) of all DOD rotary aircraft. 2. SUBSURFACE INTERFACE REQUIREMENTS ? (a) The mat system shall be easily installed on an unprepared surface with a minimum California Bearing Ration (CBR) of 4, or an Airfield Index (AI) of 5.75 down to a depth of three feet. Minimal surface preparation, such as removal of debris, shall be required; (b) The mat shall conform to the gradients and contours of the subgrade over which it is installed. Minimum gradient requirements are established by applicable DoD aircraft technical document; (c) Any portion of a mat which is unsupported by the subsurface shall have the ability to deflect into, or traverse, a four-inch deep void without suffering permanent deformation to the unsupported mat and the adjacent mats. 3. ANCHORING REQUIREMENTS ? (a) The mat system must have the ability to be anchored to the subgrade to secure it from lifting due to the pressure from aircraft rotor wash; (b) The anchor devices must successfully secure the mat to the subgrade, in all types of soils, against the rotor wash effects from all DoD rotary wing aircraft. 4. INSTALLATION/REMOVAL RATE ? (a) The mat installation rate shall be a minimum of 10,000 sq ft per hour for a 16-man team on an eight-hour shift, using only common hand-held or powered tools; (b) The mat removal rate shall also be a minimum of 10,000 sq ft per hour for a 16-man team on an eight-hour shift, using only common hand-held or powered tools. The mat system shall then be ready to be reinstalled at an alternate location to perform a similar mission; (c) The mat system shall have the ability to accomplish this process of installation, removal and reinstallation a minimum of three times in any 12-hour period, including all applicable anchoring installation and removal iterations; (d) Individual mats shall be able to be manually transported by no more than two Marines. 5. SURFACE PROPERTIES ? (a) The mat shall have an integral, or replaceable, nonskid surface that is suitable for safe VTOL operations of rotary wing aircraft, as well as safe vehicular and personnel trafficking; (b) Any mat to mat adjoining surface joints must not present a hazard to aircraft or ground vehicles and personnel due to their connection interface. 6. PACKAGING PROPERTIES ? (a) The mat system shall be compatible with the International Organization for Standardization (ISO) container system; (b) Any intermediate packaging shall be suitable for stacking on an ISO flatrack with external dimensions of 8?Wx 8.5?Hx 20?L, and shall be readily assembled and disassembled using only common hand-held or powered tools and packaging materials, (c) The intermediate packaging shall be designed to be loaded and unloaded from the ISO flatrack with a 4000-pound capacity forklift. The loading/unloading shall require no special adapters, fittings or slings (d) The intermediate packaging shall be designed to be weather resistant and reusable, and should be weather-proof. 7. NORMAL AMBIENT CONDITIONS ? The mat system shall be capable of being assembled/disassembled in an ambient temperature range of -20˚F to 130˚F and a ground surface temperature range of -60˚F to 170˚F. 8. ADVERSE AMBIENT CONDITIONS ? (a) the mat system shall be capable of being assembled/disassembled in any combination of the following conditions: (1) Poor lighting (0.02 ft-candle), (2) High Winds (50 knots), (3) Low Temperatures (-20˚F), (4) High Humidity (100%), (5) Rain and Snow, (6) Sleet and Freezing Rain, (7) Sand Storms. (b) Under adverse ambient conditions, the installer shall be garbed in cold weather clothing. 9. THERMAL CYCLES - The mat system shall be able to withstand rapid temperature cycles of up to 150˚F in four hours (for air transport to hot climates) without loss of structural integrity or dimensional stability. 10. EXPOSURE ? (a) The mat system shall not degrade or lose strength when exposed to adverse ambient elements or ultraviolet radiation. (b) The mat system shall not degrade or lose strength when exposed to Petroleums, Oils, Lubricants and Solvents. 11. MAINTENANCE AND REPAIR ? (a) Minor damage to the mat system shall be repairable in the field to restore it to Ready For Issue Status, (b) Materials used for the repair shall have a minimum shelf life of three years, and meet OSHA safety requirements for use and storage, (c) Cleaning and reclamation shall be sufficiently accomplished, using common hand and powered tools, to pass any United States agricultural inspection for embarkation from a foreign nation back to the United States. 12. MARKING - The mat shall be marked on its surface so as to enable a contrasting border to pilots during night operations. 13. TOXIC EFFLUENCE - None of the material used in the mat system shall emit toxic fumes or chemicals under normal operating conditions, or storage, throughout its service life. 14. SERVICE LIFE ? (a) The minimum service life of an individual installed mat shall be five years, (b) The minimum service life of an individual stored mat shall be ten years. SOURCE SELECTION CRITERIA The items being offered must be mature commercial off the shelf items with proven field usage. The source selection will be based on proposals that provide the best value to the Government. Technical acceptability will be rated on a PASS/FAIL basis. To be technically acceptable, the offeror must receive a rating of pass in each of the minimum capability categories as described above (see 1 ? 14). If the product is not technically acceptable, no further proposal evaluation will be conducted. EVALUATION FACTORS I. Past Performance a. Quality b. Timeliness c. Business Professionalism d. Customer Satisfaction II. Experience III. Price Factors to be evaluated are Past Performance, Experience and Price. These elements are listed in descending order of importance. Past Performance and Experience combined are more important than price. Subfactors under the factor of Past Performance are: Quality, Timeliness, Business Professionalism, and Customer Satisfaction. The subfactors are equal in importance. There are no subfactors under Experience and Price. Technical Proposals must include Descriptive Literature to include copies of Warranty and Operations and Maintenance Manuals for products being proposed, and product samples at no cost to the Government. Any contractor providing samples is responsible for shipping costs to and from Lakehurst. Product Samples must be received at Lakehurst no later than 12 April 2007. Products will be evaluated and compared to the minimum range of capabilities (See No. 1 ? No. 14 above) to determine technical acceptability. Matting samples will be returned in ?as is? condition at the contractor?s request and expense. For the factor of Experience, each proposal will be assigned a risk assessment rating. The Risk Assessment ratings are: Very Low Risk, Low Risk, Moderate Risk, High Risk, Very High Risk and Unknown Risk. Each offeror must identify actual design and assembly of Light Weight Matting to enable the Government to verify the offeror?s experience. In making the determination of experience level, consideration will be given as to whether an offeror has experience in manufacturing matting of similar type and size. For Past Performance, offerors must provide evidence of proven field usage, and names and phone numbers of recent customers, and prices to previous customers for mat that is identical or similar to those being proposed herein. Offerors will complete Attachment 1 for three (3) contracts relevant to this procurement. The Government will conduct a performance risk evaluation based upon the past performance of the offeror as it relates to the probability of successfully performing the solicitation requirements. The Risk Assessment ratings are: Very Low Risk, Low Risk, Moderate Risk, High Risk, Very High Risk and Unknown Risk. Unknown risk is a neutral rating, and will apply to offerors with no past performance in this commodity. The Government may also consider past performance information that is available from sources other than those identified by the offeror. For Price, offerors are requested to separately price their matting and accessories by completing Section B. Each required accessory (i.e. jack kits, stakes, etc.) should be priced separately. In addition, offerors must include a commercial price list of their products and accessories with part numbers. Each offeror?s price proposal will be evaluated using a quantity of 100 units for each of the five years for matting, and a quantity of 10 units for each of the five years for the accessories. This quantity represents the most likely quantity to be ordered per year. GREATEST VALUE EVALUATION The contract resulting from this solicitation will be awarded to that responsible offeror, conforming to the solicitation determined to represent the best value to the Government cost/price and other factors considered. The offeror?s proposal shall be in the form prescribed by this solicitation and shall contain a response to each of the areas identified, which affect the evaluation factors for award. Evaluation of an offeror?s proposal will be based on the information presented in the written proposal along with input obtained from outside sources relevant to past performance. Proposals which are unrealistic in terms of technical or schedule commitments may be deemed to be reflective of an inherent lack of technical competence, or indicative of a failure to comprehend the complexity and risks of the proposed factors or subfactors, may be used as a basis for eliminating a proposal from further consideration. The proposal will be evaluated to determine whether the offeror?s methods and approach in meeting the requirements provide the Government with a high level of confidence to ensure successful performance. Each Factor will be evaluated and assigned a risk assessment rating. The Government may award a contract on the basis of initial offers received, without discussions. Therefore, each initial offer should contain the offeror?s best terms. However, if considered necessary by the Contracting Officer, discussions will be conducted with only those offeror?s determined to have a reasonable chance for award. The Government reserves the right to make an award to other than the lowest priced offeror if the Contracting Officer determines that to do so would result in the best value to the Government. The following FAR/DFAR provisions and clauses apply to this procurement: FAR 52.212-1 (Instructions to Offerors, Commercial Items, Jan 2006) FAR 52.212.2 (Evaluation-Commercial Items, Jan 1999, evaluation will be made on Technical, Past Performance, Experience and Price) FAR 52.212-3 (Offeror Representations and Certifications- Commercial Items-Alternate I, Mar 2005) FAR 52.212-4 (Contract Terms and Conditions-Commercial Items, Sep 2005) FAR 52.212-5 (Contract Terms and Conditions Required to Implement Statutes or Executive Orders, Apr 2006) FAR 52.215-20 (Requirements for Cost or Pricing Data or Information Other than Cost or Pricing Data, Oct 1997) FAR 52.222-3 (Convict Labor, June 2003) FAR 52.225-13 (Restrictions on Certain Foreign Purchases, Feb 2006) FAR 52.222-21 (Prohibition of Segregated Facilities, Feb 1999) FAR 52.222-26 (Equal Opportunity, Apr 2002) FAR 52.222-35 (Affirmative Action, Veterans, Dec 2001) FAR 52.222-36 (Affirmative Action, Disabilities Jun 1998) FAR 52.222-37 (Employment Reports on Disabled Veterans, Dec 2001) FAR 52.225-1 (Buy American Act-Balance of Payments, June 2003) FAR 52.225-3 (Buy American Act-NAFTA, Balance of Payments, Apr 2006) FAR 52.225-8 ( Duty Free Entry, Feb 2000) FAR 52.232-36 (Payment by Third Party, May 1999) FAR 52.232-33 (Payment by Electronic Funds, Oct 2003) FAR 52.232-34 (Payment by Electronic Funds- Other than Central Contractor Registration, May 1999) DFARS 252.212-7001 (Contract Terms and Conditions related to Defense Acquisition, May 2006) DFAR 252-225-7001 (Buy American Act, Balance of Payments, Jun 2005) DFARS 252.225-7013 (Duty Free Entry, Jan 2005) DFAR 252.225-7014 (Preference for Domestic Specialty Metals, June 2005) DFAR 252.247-7023 (Transportation of Supplies by Sea, May 2002) DFAR 252.247-7024 (Notification of Transportation of Supplies by Sea, Mar 2002). This procurement is not subject to Export Control Requirements. Each offeror shall include a completed copy of the provision at FAR 52.212-3, OFFEROR REPRESENTATION AND CONTRACT TERMS AND CONDITIONS COMMERCIAL ITEMS (Mar 2005) that is incorporated by reference and applies to this acquisition. In addition, other clauses may be incorporated as required. All proposals and product samples are due 12 April 2007. Email or Faxed proposals will not be accepted. Mail proposal to: Naval Air Warfare Center Aircraft Division Attn: David Andreoli / Jennifer Vaccaro Code 2.5.2.3.1. Building: 562-3 Hwy 547 Lakehurst, New Jersey 08733-5082 Mail matting sample to: Naval Air Warfare Center Aircraft Division Attn: Michael Jiavaras Building: 596 Hwy 547 Lakehurst, New Jersey 08733-5082 Attachments 1 ( Contractors Past Performance Information Sheet) and Attachment #2 (Section B), may be downloaded from the NAVAIR homepage located at http://www.navair.navy.mil. Select ?Doing Business?, then click ?Open Solicitations? and locate Synopsis/Solicitation N68335-07-R-0096. All attachments must be completed and returned with your proposal. Questions may be directed to the Contract Specialist, David Andreoli, 732-323-5208, or email david.andreoli@navy.mil.
 
Place of Performance
Address: Naval Air Warfare Center Aircraft Division, Attn: David Andreoli / Jennifer Vaccaro Code 2.5.2.3.1., Building: 562-3, Hwy 547, Lakehurst, New Jersey
Zip Code: 08733-5082
Country: UNITED STATES
 
Record
SN01262322-W 20070331/070329222710 (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.