Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 30, 2008 FBO #2469
DOCUMENT

16 -- Stanchion Litter System - FA4452-08-Q-A066 Q&A 28 Aug 08

Notice Date
8/28/2008
 
Notice Type
FA4452-08-Q-A066 Q&A 28 Aug 08
 
NAICS
336413 — Other Aircraft Parts and Auxiliary Equipment Manufacturing
 
Contracting Office
Department of the Air Force, Air Mobility Command, AMC Specialized Contracting Branch (HQ AMC/A7KQ), 507 Symington Drive, Room W202, Scott AFB, Illinois, 62225-5022, United States
 
ZIP Code
62225-5022
 
Solicitation Number
FA4452-08-Q-A066
 
Response Due
9/8/2008 1:00:00 PM
 
Archive Date
2/25/2009
 
Point of Contact
Mary M Miner, Phone: 618.256.9944
 
E-Mail Address
mary.miner@scott.af.mil
 
Small Business Set-Aside
N/A
 
Description
Amendment 2 to the synopsis/solicitation incorporates the following changes: The statement "Must be static tested and approved by FAA - FAA requirements are 16G forward, 20G down and 8G side; Must be approved to FAA TSO C-39b" is deleted and replaced with "Aeromedical certification test procedures require the following inertial design loads requirements: 9.0g forward, 1.5g aft, 4.0g lateral, 8.0g down, and 4.0g up, reference MIL-STD-810F." The weight requirement for top tier (deck) is 250 lbs. The statement "Must be capable of support patient weight of 350 pounds on bottom and middle deck position for 16G aircraft" is deleted and replaced with "Must be capable of support patient weight of 350 pounds on bottom and middle deck position and 250 pounds on top deck position." There is not a requirement to accommodate Oversized Litters. The statement "Must be capable of being used in any configuration and with any certified fixed or rotary wing transport stretcher/litter" is deleted and replaced with "Must be capable of being used in any configuration and with any certified fixed or rotary wing transport stretcher/litter, except the Oversized Litter (formerly known as Overweight Litter)" The required delivery date has been changed from 1 Nov 08 to 60 dates after receipt of order (ARO). Please review the posted FA4452-08-Q-A066 Q&A 28Aug08 document prior to quote submission. Amendment 1 to the synopsis/solicitation changes the response date and time to 8 September 2008, 1:00p.m. central daylight time (CDT). 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. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. This is an unrestricted competitive acquisition. The North American Industry Classification System (NAICS) for this acquisition is 336413 with a Small Business Size Standard of 1,000 employees. Please identify your business size in your response based upon this standard. The solicitation number for this announcement is Request for Quote (RFQ) FA4452-08-Q-A066. It is the intent of the AMC Specialized Contracting Branch to award a firm fixed priced purchase order to one contractor, offering the lowest total priced technically acceptable quote meeting the stated requirements for all line items, under Federal Acquisition Regulation (FAR) Part 12. Requirement is to provide a quantity of two (2) Stanchion Litter Systems as specified below. A response to this request shall consist of completion of Attachment 1, Request for Quote FA4452-08-Q-A066 Information Sheet and submission of descriptive literature that addresses the requirements listed within this synopsis/solicitation. Quotes are to be submitted FOB Destination. Price quotes shall be in accordance with items listed above and include any shipping cost within the unit price. Required delivery is 60 Days after receipt of order (ARO). Required Characteristics are as follows for 2 each Stanchion Litter Systems: Must be man-portable and under 155 pounds in total weight; Must be capable of installation without tools in under 15 minutes by 2 people; Must be capable of installation in palletized and non-palletized aircraft and require no aircraft modifications; Must be able to install in the floor of AF C-17, C130, KC-10, C-40C and KC135 aircraft; Must be able to attach directly to KC135 floor without cargo loading system; Must be able to attach directly to C-40C seat track without modification to the aircraft; Must be capable of transporting three (3) patients in primary configuration; Must be capable of support patient weight of 350 pounds on bottom and middle deck position and 250 pounds on top deck position; Must include integrated cargo rail to secure medical devices or carry-on medical equipment; Must be capable of being used in any configuration and with any certified fixed or rotary wing transport stretcher/litter, except the Oversized Litter (formerly known as Overweight Litter); Must integrate and support the certified litter and backrest without any evidence of movement when the litter is attached thus creating a stable platform; Must be constructed to be eligible to be air worthiness certified (link for MIL-STD-810F is http://www.dtc.army.mil/publications/milstd.aspx, links for MIL-HDBK-516B are http://www.dtc.army.mil/navigator/ and http://assist.daps.dla.mil/quicksearch/basic_profile.cfm?ident_number=212162); Aeromedical certification test procedures require the following inertial design load requirements: 9.0g forward, 1.5g aft, 4.0g lateral, 8.0g down, and 4.0g up, reference MIL-STD-810F; Must include commercial operations manual containing preflight/testing procedures and spare parts list to be used in the development of the Air Force Technical Order manual. The Government reserves the right to cancel this solicitation, with no obligation to the offeror by the Government. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-26. The provision at FAR 52.212-1, Instructions to Offerors-Commercial Items applies to this acquisition. Offerors are required to submit with their quote a completed copy of FAR 52.212-3, Offeror Representations and Certification--Commercial Items, or provide notification that their Representations and Certifications are available on the Online Representations and Certifications Application (ORCA) at https://orca.bpn.gov/. The clause at FAR 52.204-7 Central Contractor Registration applies to this acquisition. The clause at FAR 52.211-14, Notice of Priority Rating for National Defense, Emergency, Preparedness, and Energy Program Use applies to this acquisition. The clause at FAR 52.212-4, Contract Terms and Conditions--Commercial Items, applies to this acquisition. The clause at FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes Or Executive Orders--Commercial Items, applies to this acquisition, with the following clauses: FAR 52.203-6, Restrictions on Subcontractor Sales to the Government with Alternate I; FAR 52.214-21, Descriptive Literature; FAR 52.222-3, Convict Labor; FAR 52.222-19, Child Labor--Cooperation with Authorities and Remedies; FAR 52.222-21 Prohibition of Segregated Facilities; FAR 52.222-26, Equal Opportunity; FAR 52.222-35, Affirmative Action for Special Disabled Veterans, Veterans of the Vietnam Era and Other Eligible Veterans; FAR 52.222-36, Affirmative Action for Workers with Disabilities; FAR 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era and Other Eligible Veterans; FAR 52.222-39, Notification of Employee Rights Concerning Payment of Union Dues or Fees; FAR 52.225-13, Restrictions on Certain Foreign Purchases; FAR 52.232-33, Payment by Electronic Funds Transfer - Central Contractor Registration. The clause at DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items, applies to this acquisition with the following clauses: FAR 52.203-3, Gratuities; DFARS 252.225-7001 Buy American Act and Balance of Payments Program; DFARS 252.225-7036, Buy American Act--Free Trade Agreements--Balance of Payments Program; DFARS 252.227-7015, Technical Data--Commercial Items; DFARS 252.227-7037, Validation of Restrictive Markings on Technical Data; DFARS 252.232-7003, Electronic Submission of Payment Requests; DFARS 252.243-7002, Requests for Equitable Adjustment; and DFARS 252.247-7023, Transportation of Supplies by Sea. The clause at AFFARS 5352.201-9101 Ombudsman - (a) An ombudsman has been appointed to hear and facilitate the resolution of concerns from offerors, potential offerors, and others for this acquisition. When requested, the ombudsman will maintain strict confidentiality as to the source of the concern. The existence of the ombudsman does not affect the authority of the program manager, contracting officer, or source selection official. Further, the ombudsman does not participate in the evaluation of quotes, the source selection process, or the adjudication of protests or formal contract disputes. The ombudsman may refer the party to another official who can resolve the concern. (b) Before consulting with an ombudsman, interested parties must first address their concerns, issues, disagreements, and/or recommendations to the contracting officer for resolution. Consulting an ombudsman does not alter or postpone the timelines for any other processes (e.g., agency level bid protests, GAO bid protests, requests for debriefings. (c) If resolution cannot be made by the contracting officer, concerned parties may contact the MAJCOM ombudsmen, Mr. Michael Jackson, HQ AMC/A7K, 507 Symington Dr, Scott AFB, IL 62225-5022, 618-229-0267, FAX 618-256-6668, email: Michael.jackson@scott.af.mil. Concerns, issues, disagreements, and recommendations that cannot be resolved at the MAJCOM level, may be brought by the concerned party for further consideration to the Air Force ombudsman, Associate Deputy Assistant Secretary (ADAS) (Contracting), SAF/AQC, 1060 Air Force Pentagon, Washington DC 20330-1060, phone number (703) 588-7004, facsimile number (703) 588-1067. (d) The ombudsman has no authority to render a decision that binds the agency. (e) Do not contact the ombudsman to request copies of the solicitation, verify offer due date, or clarify technical requirements. Such inquiries shall be directed to the Contracting Officer. The clause at FAR 52.211-15 Defense Priority and Allocation Requirements applies to this acquisition. This is a DO rated order under the Defense Priorities and Allocations System (DPAS). Wide Area Workflow procedures shall be used for invoicing and acceptance on this requirement. Quotes and any questions regarding this RFQ must be submitted by E-mail to mary.miner@scott.af.mil no later than 8 September 2008, 1:00 p.m. central daylight time (CDT). Your E-mail submission must be checked and determined to be "virus-free" prior to submission. To view the clauses in full text, visit www.acqnet.gov/far or farsite.hill.af.mil.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=fb07b22ac08c21047919957a7de48a5a&tab=core&_cview=1)
 
Document(s)
FA4452-08-Q-A066 Q&A 28 Aug 08
 
File Name: FA4452-08-Q-A066 Questions and Answers as of 28 Aug 08 (FA4452-08-Q-A066 Q&A 28Aug08.doc)
Link: https://www.fbo.gov//utils/view?id=2ba7bd5bce9b253ae59f9bd190ff9034
Bytes: 34.00 Kb
 
File Name: FA4452-08-Q-A066 Information Sheet Amendment 2 (FA4452-08-Q-A066 Information Sheet Amendment 2.doc)
Link: https://www.fbo.gov//utils/view?id=4ac21d6316022d144cc878eac660617b
Bytes: 39.50 Kb
 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Place of Performance
Address: Delivery is FOB Destination for 2 ea by 60 Days ARO:, 375 MDG/MDSS, Scott PMI Center Manager, 120 South Adams Street, Bldg. 4020, Scott AFB, Illinois, 62225-5300, United States
Zip Code: 62225-5300
 
Record
SN01654528-W 20080830/080828223124-fb07b22ac08c21047919957a7de48a5a (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.