Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 26, 2007 FBO #2130
SOLICITATION NOTICE

17 -- TRUCK MOUNTED AIRCRAFT BOARDING STAIRCASE FOR MARINE CORPS AIR STATION, YUMA, AZ

Notice Date
9/24/2007
 
Notice Type
Solicitation Notice
 
Contracting Office
M62974 YUMA, AZ
 
ZIP Code
00000
 
Solicitation Number
M6297407T4006
 
Response Due
9/27/2007
 
Archive Date
10/27/2007
 
Point of Contact
Lydia Rowland 928-269-2790 Sharon Hutchins 928-269-6098
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice, and FAR Part 13. This announcement constitutes the only solicitation. Quotations are being requested and a written solicitation will not be issued. Solicitation number M62974-07-T-4006 is issued as a Request for Quotation (RFQ). This solicitation document incorporates provisions and clauses in effect through FAC 2005-19. Where Federal Acquisition Regulation clause language is inconsistent with FAR 13.004, Legal Effect of Quotations, that language is hereby tailored in accordance with FAR 12.302 to be consistent with a request for quotations. This tailoring includes, but is not limited to the following: In accordance with FAR 13.004, a quotation is not an offer, and any clause provision to the contrary is hereby modified to be consistent with FAR 13.004. Where the word offer or a d erivative of that word appears, it is changed to quote or a derivative of that word. Where the word proposal or a derivative of that word appears, it is changed to quote or a derivative of that word. THIS SYNOPSIS/SOLICITATION IS 100% SMALL BUSINESS SET-ASIDE. The North American Industry Classification System (NAICS) code is 333924 and associated size standard is 750. The Government will award a firm-fixed price contract. It is the intent to issue a single contract award. Award will be made as most advantageous to the Government taking into consideration Price, Technical, and Delivery. INTRODUCTION: Marine Corps Air Station, Yuma, (MCAS Yuma) AZ has a requirement for all labor, material, equipment, and supervision to provide one truck-mounted aircraft boarding staircase. CLIN 0001 ? MINIMUM REQUIREMENT: PROVIDE ONE (1) aircraft boarding staircase, wheeled, motorized, single cab vehicle with hydraulically operated staircase that is used for the boarding and deboarding of passengers to and from the staircase. The stairway shall be capable of servicing the following aircraft: A-300-600, A-310, A-319, A-320, A-321, A-330, A-340, B-707-320B, B-727, B-737, B-747, B-747-SP, B-757, B767, B-777, DC-8, DC-10, L-1011, MD-11, TU-154, and TU-154B. Staircase to have a minimum/maximum range between 96 and 228 inches. The vehicle is a single cab vehicle with dual rear wheels, 13,000 GVW, have automatic transmission, power steering, and cab air conditioning. The staircase is to be hydraulically operated and controlled from the cab passenger seat. A minimum of 48 i nches step width and minimum of 10 inches step depth. The riser height standard is 7.75 inches. The hydraulic system is engine/belt driven hydraulic pump/electric clutch. The directional control is in the cab. Auxiliary hand pump for emergency retraction of stabilizers and to lower the stairs. A 12-volt chassis, engine hour meter, and illuminated steps and platform. The staircase construction is primarily steel with aluminum side panels and nonskid aluminum plate steps and platform. Railings are stainless steel. Rubber bumpers are to be on the platform forward edge and rubber stair treads and platform surface. Lock valves are to be mounted on each pair of hydraulic cylinders and a warning light in cab to indicate the stabilizer position. Mechanical locking mechanisms for the main stair section and A-Frame. An operator?s observation window is to be provided in the roof of the cab. The hydraulically operated stabilizers are to be located at the front, side, and rea r of chassis that is capable of sustaining winds of 90 miles per hour. Color is to be standard white. BRAND NAME OR EQUAL, STINAR MODEL SPS-3518. CLIN 0002 ? Freight. Contractor is notified that estimated freight costs in excess of $100 must be accompanied by a certified freight bill. The certified freight bill must accompany the invoice for freight reimbursement. WARRANTY ? Contractor shall provide as a part of their quote the manufacturer?s warranty for the passenger stairway. DELIVERY ? Delivery shall occur not later than 31 Dec 2007. Contractor is required to verify in writing they can meet the delivery date. POINT OF CONTACT ? A point of contact will be provided at time of award. Point of contact shall be notified when the aircraft boarding staircase is shipped and the anticipated delivery for the shipment. FOB - Quotes are solicited FOB destination MCAS Yuma AZ. ACCEPTANCE AND PAYMENT ? Contractor shall be reimbursed for completed work performed as certified by the Government point of contact. Invoices will be submitted ele ctronically through Wide Area Workflow (WAWF) in accordance with DFARS 252.232-7003. This is a paperless system which allows the vendor to submit their invoice electronically and the Government to accept the invoice electronically. The Two-In-One Invoice/Receiving Report shall be utilized for this service work. Additional information on WAWF can be obtained at https://wawf.eb.mil. INSTALLATION ACCESS ? MCAS Yuma has security requirements and restrictions. The contractor, contractor employees, and contractor subcontractors shall comply with these requirements. Failure to comply with security requirements does not relieve the contractor of performance requirements. The current MCAS Yuma contractor access requires presenting to the Station Pass & ID office located at Building 952/MCAS Yuma Main Gate, a valid state drivers license or valid state identification card, and a social security card or state identification card with the social security number on the card. Vehi cle access requires presenting to the Station Pass & ID a valid state drivers license, current vehicle identification card, and valid state vehicle registration. Security requirements are subject to change. It is the contractor?s responsibility to contact the contract point of contact prior to MCAS Yuma access to ensure compliance with security regulations. The following clauses and provisions apply to this acquisition: FAR 52.212-1, Instructions to Offerors-Commercial Items; FAR 52.212-3, Offeror Representations and Certifications-Commercial Items; 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 with the following applicable clauses under Para (b): (15) 52.219-28 Post Award Small Business Representation, (16) 52.222-3, Convict Labor, (17) 52,222-19 Child Labor-Cooperation with Authorities and Remedies, (18) 52.222-21 Prohibition of Segregated Facilities, (19) 52.222-26 Equal Opportunity, (20) 52.222-35 Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans, (21) 52.222-36 Affirmative Action for Workers with Disabilities, (22) 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans, and (33) 52.232-33 Payment by Electronic Funds Transfer-Central Contractor Registration; DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisition of Commercial Items, with the following applicable clauses for Para (b): (12) 252.225-7036, Buy American Act-Free Trade Agreement -Balance of Payment Program, and (17) 252.232-7003 Electronic Submission of Payment Requests; DFARS 252.211-7003 Item Identification and Valuation applies. FAR 52.211-6 Brand Name or Equal. ALL VENDORS SUBMITTING A QUOTE ARE NOTIFIED THAT YOU MUST BE ACTIVE IN THE CENTRAL CONTRACTOR REGISTRATION DATABASE TO BE CONSIDERED FOR AWARD. The website for registration is www.ccr.gov. All responsible business sources may submit a quote which shall be considered by the agency. Parties wishing to respond to this solicitation shall provide this office with the following: a written price quote on company letterhead for the requested items showing unit price, extended price, FOB point, prompt payment terms, correct remittance address, Cage Code, DUNS Number, Tax Identification Number, full name and phone number of vendor?s point of contact, and a completed copy of FAR 52.212-3, Offeror Representations and Certifications-Commercial Items. Clauses may be obtained at web site http://farsite.hill.af.mil. Quotes may be submitted via US Postal Service to Commanding Officer, I&L Contracting, Box 99133, Yuma, AZ 85369-9133 ATTN: Lydia Rowland. FEDEX quotes may be submitted to I& L Contracting Division, Bldg 328 West, 2nd Floor, Marine Corps Air Station, Yuma, AZ 85369-9133 ATTN: Lydia Rowland. Quotes may be submitted to ATTN: Lydia Rowland via fax at 928-269-2287 or email lydia.rowland@usmc.mil. Offerors bear the burden of ensuring that all pages of the quote reach the designated office before the deadline specified in this solicitation. Only written quotes are acceptable and must be received and identified by RFQ M62974-07-T-4006 by 4:00 PM (PT) on 27 SEPT 2007. Contact Lydia Rowland at 928-269-2790 for information regarding this solicitation.
 
Record
SN01419385-W 20070926/070924224959 (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.