Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 31, 2007 FBO #2104
SOLICITATION NOTICE

17 -- F-22 Wing Maintenance Stands

Notice Date
8/29/2007
 
Notice Type
Solicitation Notice
 
NAICS
336413 — Other Aircraft Parts and Auxiliary Equipment Manufacturing
 
Contracting Office
Department of the Air Force, Pacific Air Forces, 3 CONS - Elmendorf, 10480 22nd Street, Elmendorf AFB, AK, 99506-2500, UNITED STATES
 
ZIP Code
00000
 
Solicitation Number
Reference-Number-F1W2E27200AG01
 
Response Due
9/19/2007
 
Archive Date
10/4/2007
 
Description
THIS IS A COMBINED SYNOPSIS/SOLICITATION FOR COMMERCIAL ITEMS PREPARED IN ACCORDANCE WITH THE FORMAT IN FAR SUBPART 12.6-STREAMLINED PROCEDURES FOR EVALUATION AND SOLICITATION FOR COMMERCIAL ITEMS-AS SUPPLEMENTED WITH ADDITIONAL INFORMATION INCLUDED IN THIS NOTICE. THIS ANNOUNCEMENT CONSTITUTES THE ONLY SOLICITATION; QUOTATIONS ARE BEING REQUESTED, AND A WRITTEN SOLICITATION DOCUMENT WILL NOT BE ISSUED. This is a solicitation of Purchase Request F1W2E27200AG02 and is issued as a Request for Quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-19. The associated North American Industrial Classification System (NAICS) code for this procurement is 336413 with a small business size standard of 1000 employees. This acquisition is NOT set aside for small businesses. All responsible Contractors shall provide a proposal for the following: This is a commercial request for four (4) sets of F-22A Maintenance Wing Stands. The set will consist of a right side and left side stand. These wing stands need to support 4 people (1000 lbs). They shall be constructed of aluminum. Enclose the wing leading edge from wingtip seam to leading edge side of inlet ramp. The stands must have padding to protect all edges that could make contact with the aircraft. Requires large lockable heavy-duty swivel casters. Must be towable for relocation to different hangars for maintenance. The stands must comply with OSHA and AIR FORCE SAFETY STANDARDS. The stands shall be able to elevate between 60 inches and 96 inches in six inch increments with a lift pin locking system. Stairs shall have a tread width of 36 inches and a depth of 10 inches. The platform measurements shall be 14 feet long and 7.5 feet wide. All walking surfaces shall be made of expanded metal. The handrail shall be 42 inches tall with 18 inch expanded metal safety netting around the base of the work deck. There shall be no platform handrail between the aircraft and the platform to allow walk across access. Retractable grounding wires shall be incorporated to allow for electrical work. There shall be two heavy-duty combination reels on the upper deck and two in the lower area with two-outlet electrical cords and air hoses measuring 35 feet in length. When no longer needed, a simple tug would release them back into their stowed position. High output fluorescent lighting should be mounted on the stand to light the area around the main and nose landing gear. The color shall be gray #36118. Delivery shall be FOB Destination. Requests for site visits are to be submitted to SrA Sean Crowe. The full text of a FAR provision or clause may be accessed electronically at www.farsite.hill.af.mil The following provisions apply to this acquisition: 52.212-1 Instructions to Offerors-Commercial Items; 52.212-3 Offerors Representations and Certifications- Commercial Items. Offerors must complete annual representations and certifications on-line at http://orca.bpn.gov in accordance with FAR 52.212-3 Offerors Representations and Certifications- Commercial Items. If paragraph (j) of the provision is applicable, a written submission is required. The following clauses apply to this acquisition: 52.204-7, Central Contractor Registration; 52.212-4, Contract Terms and Conditions Commercial Items; 52.212-5 (Dev), Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Items including subparagraphs: 52.219-28, Post-Award Small Business Program Representation; 52.222-3, Convict Labor; 52.222-19, Child Labor Cooperation With Authorities And Remedies; 52.222-21, Prohibition of Segregated Facilities; 52-222-26, Equal Opportunity; 52.222-35 Equal Opportunity for Special Disabled Veterans; 52.222-36, Affirmative Action for Workers with Disabilities; 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other eligible Veterans; 52.225-3, Buy American Act - Free Trade Agreements - Israeli Trade Act- Alternate (I); 52.225-13 Restriction on Certain Foreign Purchases and 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration. 252.225-7001, Buy American Act and Balance of Payments Program; 252.225-7036, Buy American--Free Trade Agreement--Balance of Payments Program; 252.232-7003, Electronic Submission of Payment Requests; 252.247-7023, Transportation of Supplies by Sea; 252.247-7023 Alt III, Transportation of Supplies by Sea; 252.212-7001 (Dev), Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items. Potential contractors must be registered in the Central Contractor Registry (CCR) to be eligible for award. The CCR internet web site is http://www.ccr.gov. Offerors are advised to include a completed and/or updated online provisions Representation and Certifications Application (ORCA) located at http://orca.bpn.gov and submit with quote. To request additional information contact SrA Sean Crowe at (907) 552- 4146, or by e-mail at sean.crowe@elmendorf.af.mil. Offers are due by 19 September 2007, 4:00 PM, Alaska Standard Time. Submit offers via fax to (907) 552-7496 or email to sean.crowe@elmendorf.af.mil.
 
Place of Performance
Address: 11525 Slammer Avenue, Elmendorf AFB, AK
Zip Code: 99506
Country: UNITED STATES
 
Record
SN01389271-W 20070831/070829221543 (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.