Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 03, 2007 FBO #2076
SOLICITATION NOTICE

17 -- Aircraft Passenger Access Stair

Notice Date
8/1/2007
 
Notice Type
Solicitation Notice
 
NAICS
332312 — Fabricated Structural Metal Manufacturing
 
Contracting Office
114FW/MSC, South Dakota ANG, 1201 West Algonquin Street, Sioux Falls, SD 57104-0264
 
ZIP Code
57104-0264
 
Solicitation Number
F9A3LS7208A001
 
Response Due
9/4/2007
 
Archive Date
11/3/2007
 
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. This combined synopsis/solicitation requests 1 EA  Aircraft Passenger Access Stair model #: PPS96/150 mfg: Phoenix Metal Products Inc. or equal  The stair should be& capable of safely s ervicing commercial and military aircraft with doorsills ranging from 96 to 150; adjustable platform height; Non-motorized; hand maneuverable by ground personnel and towable for greater distances; solid wheels with fixed axle in front and casters in the rear; non-slip surfaces; modesty panels for step and platform handrails; hydraulic stabilizers; lighted for night use with self contained batteries, on-board charger and solar charging system; non-marring bumpers in front to protect aircraft surfaces. This solicitation is issued under Request for Quote (RFQ) number F9A3LS7208A001. All quotes shall reference the RFQ number and shall be submitted via fax or email by no later than 10:00 A.M. CDT on AUGUST 14, 2007 to kurtis.lunstra@sdsiou.ang.af.mil or (fa x) 605-988-5997. The anticipated award date is SEPTEMBER 4, 2007. The Government intends to evaluate quotes in accordance with FAR 13.106-2 and award a firm-fixed-price contract without discussions to the offeror whose quote provides the best value to th e Government. Offerors quotes shall include: 1) Price 2) Technical Information - the offered specifications described in sufficient detail as to allow the Government to fully ascertain their capability to meet or exceed all of the specifications listed. 3 ) Delivery to South Dakota Air National Guard, 1201 West Algonquin ST, Sioux Falls, SD 57104-0264 and unless otherwise specified by the offeror delivery is expected to be within 60 days or less after delivery of contract. 4) Confirmation of current Online Representations and Certifications Application (ORCA) at website http://orca.bpn.gov/ or include a completed copy of the FAR provision 52.212-3. The provisions and clauses are those in effect through the Federal Acquisition Circular 2005-15. The following provisions and clauses are incorporated for purposes of this notice and as applicable will be included in the contract award document by either reference or full text: The provision at FAR 52.211-6 Brand Name or Equal. The provision at FAR 52.212-1, Instr uctions to Offerors--Commercial Items; The provision at FAR 52.212-2 Evaluation of Offers - Commercial Items, the Government will evaluate each quote using price, past/present performance and technical. Technical will be rated at a slightly higher rate th an past performance, and when combined technical and past performance are approximately equal to price; The provision at FAR 52.212-3, Offeror Representations and Certifications -- Commercial Items, Offeror Representations and Certifications -- Commercial Items offerors must complete their representations and certifications at the Online Representations and Certifications Application (ORCA) website http://orca.bpn.gov/ or include a completed copy of the FAR provision 52.212-3 with their quote; The clause a t FAR 52.212-4, Contract Terms and Conditions -- Commercial Items; The following clauses within 52.212-5 apply to this solicitation and any resultant contract: 52.219-6, Notice of Total Small Business Set-Aside, This RFQ is being issued as 100% SMALL BUSIN ESS SET-ASIDE. The North American Industry Classification System code (NAICS) is 332312 with a size standard of 500.; 52.222-3, Convict Labor; 52.222-19, Child Labor-Cooperation with Authorities and Remedies; 52.222-21, Prohibition of Segregated Facilitie s; 52.222-26 Equal Opportunity; 52.222-35, Equal Opportunity for Special Disabled Veterans, Veteran 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, Veteran of the Vietnam Era, and other Eligible Veterans; 52.225-13, Restrictions on Certain Foreign Purchases; 52.232-33, Payment by Electronic Fu nds Transfer-Central Contractor Registration. The clause at DFARS 252.212-7000 OFFEROR REPRESENTATIONS AND CERTIFICATIONS / COMMERCIAL ITEMS; The following clauses within DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statues or Executive Orders; DFARS 252.232-7003, Electronic submission of Payment Requests. The clause at DLAD 52.247-9012 Requirements for Treatment of Wood Packaging Material (WPM). Additional clauses other than those listed above may be included as addenda on th e award document if found to be necessary. Further information is available for all listed provisions and clauses and may be viewed at http://farsite.hill.af.mil/ . All questions and inquires should be directed via email to kurtis.lunstra@sdsiou.ang.af.m il or phone (605)988-5933.
 
Place of Performance
Address: 114FW/MSC South Dakota ANG, 1201 West Algonquin Street Sioux Falls SD
Zip Code: 57104-0264
Country: US
 
Record
SN01359011-W 20070803/070801221725 (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.