Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JANUARY 07, 2009 FBO #2599
SOLICITATION NOTICE

R -- G12E Cargo Parachute Packing Services, Defense Distribution Depot Susquehanna (DDSP)

Notice Date
1/5/2009
 
Notice Type
Presolicitation
 
NAICS
561910 — Packaging and Labeling Services
 
Contracting Office
Defense Logistics Agency, DLA Acquisition Locations, Defense Distribution Center, 2001 Mission Drive, DDC CSS-AB, Bldg 404, New Cumberland, Pennsylvania, 17070-5001, United States
 
ZIP Code
17070-5001
 
Solicitation Number
SP3100-09-R-0012
 
Point of Contact
DONNA A KAUTZ,, Phone: 717-770-6563
 
E-Mail Address
donna.kautz@dla.mil
 
Small Business Set-Aside
N/A
 
Description
This is an unrestricted acquisition for the establishment of a firm-fixed price contract for G-12E cargo parachute packing services at the Defense Distribution Depot Susquehanna (DDSP) located in New Cumberland, PA. This effort is subject to available funding. The following summary is for the purpose of general information and is not intended to include and describe every feature or item or to define the scope of work. The contractor shall provide all labor, supervision, equipment, tools, materials, personal protective equipment (PPE), and any other items or services not identified as Government provided, required to perform all maintenance processes associated only with packing and placing in service the G-12E cargo parachute. These maintenance processes shall be performed complete and in accordance with (IAW) Army Technical Manual (TM) 10-1670-281-23 & P. This technical manual provides unit and intermediate direct support (DS) maintenance instructions for the Parachute, Cargo Type: 64-Foot Diameter, Model G-12E, NSN 1670-01-065-3755. This technical manual also provides a repair parts and special tools list. Maintenance activities associated with packing and placing in service the G-12E cargo parachute are critical processes. These processes will always be performed in the presence of DDSP assigned Army Parachute Riggers with a minimum rank of Sergeant (MOS 92R2P) and IAW the individual air item’s technical manual. IAW AR 750-32, the Army parachute riggers will provide their subject matter expertise to ensure all maintenance processes are performed properly. The Army Parachute Riggers will perform technical inspections on all maintenance processes. The contractor shall complete all Government provided training requirements prior to commencing performance. G-12E cargo parachute maintenance processes include, but are not limited to, the following: 1. Performs visual, dimensional, functional and processing inspections on new-in-the-box G-12E cargo parachutes and components to ensure dimensional specifications and quality characteristics are maintained. 2. Unpacks and removes G-12E cargo parachutes to include the 68” pilot parachutes from containers/original manufacturer’s packaging; lays out parachute on packing table and/or on the floor. 3. Performs all procedures to place the G-12E cargo parachute assembly in service. Places parachutes in proper layout by removing turns, tangles, twists, and/or misrouted lines. 4. Verifies the identification and configuration of the G-12E cargo parachute by applying knowledge of the item or by referencing the technical manual. 5. Examines G-12E cargo parachutes for such defects as missing parts and components, excessive wear, breaks, dents, rust, rips, mold and mildew infestation, and various other defects as outlined in the technical manual. 6. Reports all fabric/material defects that will be repaired by others. 7. Ensures all proper markings are present. Replaces damaged components and installs parts such as deployment bags, pilot chutes, bridles, riser extensions, static lines, connector links, adapter webs, and grommets. 8. Prepares G-12E cargo parachutes for repacking by airing canopy and removing all packing, securing ties and/or tapes, folding gores, applying canopy and line ties, preparing deployment bags, stowing canopy and suspension lines, packing and attaching pilot parachutes to the G-12E cargo parachutes, needle and thread tacking, etc. 9. Refers all discrepancies/defects to Army Parachute Riggers for disposition and signs and dates the Department of Army (DA) Form 3912 log record books as to work accomplished. 10. Performs hand tacking of log record book and deployment bag closure ties and pockets. After parachute assemblies are completely packed and ready for issue, performs containerization, palletization, shrink wrapping and staging of the packed cargo parachute assemblies. A Statement of Work (SOW), Department of Army technical manual and applicable military regulation will be provided with the solicitation package when it is issued. Period of Performance: The period of performance for this acquisition is anticipated to be for one (1) year. The contractor shall provide, on a monthly basis, 1,000 each G-12E cargo parachute assemblies packed in accordance with the Army Technical Manual in service maintenance processes. Work shall be performed at DDSP. The NAICS Code for this procurement is 561910. The small business size standard is $7,000,000. The tentative timeframe for issuance of the Request for Proposal SP3100-09-R-0012 will be on or around January 23, 2009. Access to the solicitation package and all attachments will only be made available to prospective offerors via the Federal Business Opportunities (FedBizOpps) website at http: www.fbo.gov. Hard copies of the solicitation will not be distributed. Any questions concerning this project should be directed to the Contract Specialist Donna Kautz at donna.kautz@dla.mil. All questions should be submitted in writing via email to the above. Prospective offerors are cautioned concerning their responsibility to access the website for any amendments that may be issued under the RFP. There will be no advance notification of amendment issuance. Prospective offers are advised to consult the website frequently to check for any amendments. Amendments may be issued up until the bid opening date. Failure to acknowledge amendments may render your bid ineligible for award. To receive awards resulting from solicitations issued after May 31, 1998, your company must be registered in the Central Contractor Registration (CCR) database. Contractor may obtain information on registration and annual confirmation requirements by calling 1-888-227-2423 or via the Internet at http:// www.ccr.gov. Prospective contractors shall also complete electronic annual representations and certifications at http://orca.bpn.gov in conjunction with required registration the CCR database. All responsible offerors may submit a proposal which shall be considered by this agency. The Government intends to award one contract as a result of this RFP. Award will be made using the lowest priced technically acceptable source selection process. The solicitation will detail the evaluation factors for award. An offeror must be determined responsible according to the standards of FAR Subpart 9 to be eligible for award.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=de960af5bd37a2d8e052949fc2a84555&tab=core&_cview=1)
 
Place of Performance
Address: Defense Distribution Depot Susquehanna (DDSP), 2001 Mission Drive, New Cumberland, Pennsylvania, 17070, United States
Zip Code: 17070
 
Record
SN01726974-W 20090107/090105215540-de960af5bd37a2d8e052949fc2a84555 (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.