Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 01, 2007 FBO #2105
MODIFICATION

69 -- High Mobility Multi-purpose Wheeled Vehicle (HMMWV) Egress Assistance Trainers (HEAT)

Notice Date
8/30/2007
 
Notice Type
Modification
 
NAICS
333518 — Other Metalworking Machinery Manufacturing
 
Contracting Office
Department of the Air Force, Air Combat Command, ACC AMIC/PK, 11817 Canon Blvd, Newport News, VA, 23606-4516, UNITED STATES
 
ZIP Code
23606-4516
 
Solicitation Number
FA489007T0015
 
Response Due
9/7/2007
 
Archive Date
9/22/2007
 
Point of Contact
Connie Snapp, Contract Manager, Phone 757-225-7763, Fax 757-225-7765,
 
E-Mail Address
connie.snapp@langley.af.mil
 
Small Business Set-Aside
Total Small Business
 
Description
SET-ASIDE STATUS: 100% Small Business Set-Aside, Numbered Note One Applies 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 serves as a request for quote (RFQ). The solicitation document, incorporated provision and clauses are those in effect through the Federal Acquisition Circular (FAC) 2005-11. All responsible sources may submit a quotation which shall be considered. 1. Contract Line Items: CLIN 0001 ? Qty: 2 Ea ? High Mobility Multi-purpose Wheeled Vehicle (HMMWV) Egress Assistance Trainers (HEAT) Install customer-provided up-armored cab into designed module. Armored cab shall be provided by the Government for modification and inclusion. Specifications for High Mobility Multi-purpose Wheeled Vehicle (HMMWV)Egress Assistance Trainers(HEAT): 1. Static or mobile mount 2. 220V, single phase, 30 amp, electrical w/25? power cord 3. NEMA/EEMAC Type 12 & 13 enclosures 4. 2 Fail-Safe emergency stops 5. Keyed safety interlock 6. Activation lock-out control 7. Neutral/Activated operational strobes 8. Operation Control - 20? remote pendant (NEMA 4X) 9. Safety interlocks and micro-switches on all doors(NEMA 12 & 13) 10. 5hp hydraulic fluid drive w/5-gallon reservoir 11. Hyd. Filter w/bypass indicator 12. 3-position directional control valves 13. Temp and pressure compensated flow control 14. Hydraulic Fail-Safe 15. Counterbalance valves 16. Planetary torque hub (100,000 lb-in) 17. Precision heavy-duty (73,000 lb dynamic) spindle bearings 18. Safety interlock breaking system 19. 360-Degree infinitely variable rotation 20. Rotation angle indicator 21. Positive stop axis positioning 22. Epoxy coated frames and accessories 23. Zinc-coated catwalks 24. Grip Strut stairs and catwalks (2,500 lb.) with resilient surface padding 25. Safety railing ? perimeter of catwalk 26. Catwalk safety access restraints 27. Static lap/harness (FMV Safety Standard 209-302) 28. Gunner port and turret safety guards/shields 29. Schroth gunners restraint w/3-point cradle 30. Side-egress port 31. Weld certifications 32. 1-yr Warranty 33. 2-yr service agreement 34. Programmable cycle control 35. Sand and dust prevention (desert protection kit) 36. Hydraulic chiller (High-temp environment) 37. Fold-down catwalk CLIN 0002 ? Qty: 2 Ea ? Disassembly of Government provided HMMWV cab CLIN 0003 ? Qty: 2 Ea ? Installation. Module will be permanently mounted in area chosen by customer. CLIN 0004 - Qty: 1 Ea - Training To include to and from travel, per diem, and 1 day onsite training for customer selected personnel on safe operation, care and use of equipment, preventative maintenance, and in-use maintenance information. Hands-on operation and procedures of the model with primary instructors. Instruction catalogs shall be provided in addition to electronic CD format. CLIN 0005 - Qty: 2 Ea ? 2 Year Service Maintenance Agreement CLIN 0006 - Qty: 2 Ea ? Shipping and Handling Ship units to Creech AFB, NV 2. Delivery: FOB Destination Please include delivery date 3. Provisions and Incorporated Clauses a. 52.212-1 Instructions to Offerors ? Commercial b. 52.212-2 Evaluation ? Commercial Items This is a competitive acquisition in which technical specifications (pass/fail) and price will be evaluated. The requirement will be awarded to the lowest priced technically acceptable offeror. Technical capability of the item offered must meet the Government requirement: HEAT will be evaluated for the specifications in CLIN 0001. c. 52.212-3 Offeror Representations and Certifications Please include a completed form or complete at https://orca.bpn.gov/ d. 52.212-4 Contract Terms and Conditions ? Commercial Items e. 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders ? Commercial Items Boxes Checked ? 5, 14, 15, 16, 17, 18, 19, 20, 23, 24, 26, 31 f. 52.247-34 F.O.B. Destination g. 252.232-7003 Electronic Submission of Payment Requests h. 252.246-7000 Material Inspection and Receiving Report 4. Warranty 12 Month Warranty: Minimum 5. GSA or Open Market Please indicate if your quote is open market or on a GSA Schedule (provide specific schedule) TO PROVIDE: a. Price Quote (please keep this concise, no more than 5 pages) ? via electronic (e-mail) Please submit your responses by noon TBD. The POC for this Procurement is Connie Snapp, e-mail:connie.snapp@langley.af.mil. b. Completed representations and certifications or indicate that it?s available via ORCA ***AMENDMENT*** There have been requests for clarifications concerning this requirement. The government requests that any vendors with questions concerning this combined solicitation/synopsis please submit questions NLT 1200 NOON ET, 23 August 2007. As a result of this request, the proposal response date is extended indefinitely (TBD) in order to incorporate any changes that may result. Please continue monitoring FedBizOps for any updates to the requirement. Please send questions electronically to Connie Snapp at connie.snapp@langley.af.mil NLT 1200 NOON ET, 23 August 2007. NOTE: THIS NOTICE WAS NOT POSTED TO FEDBIZOPPS ON THE DATE INDICATED IN THE NOTICE ITSELF (30-AUG-2007); HOWEVER, IT DID APPEAR IN THE FEDBIZOPPS FTP FEED ON THIS DATE. PLEASE CONTACT fbo.support@gsa.gov REGARDING THIS ISSUE.
 
Web Link
Link to FedBizOpps document.
(http://www.fbo.gov/spg/USAF/ACC/AACCONS/FA489007T0015/listing.html)
 
Place of Performance
Address: 11817 Canon Blvd, Suite 404 Newport News VA
Zip Code: 23606-4516
Country: UNITED STATES
 
Record
SN01391677-F 20070901/070830231156 (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.