Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 26, 2010 FBO #3136
SOLICITATION NOTICE

49 -- F-22 AIRCRAFT MAINTENANCE & REPAIR SHOP EQUIPMENT

Notice Date
6/24/2010
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
336413 — Other Aircraft Parts and Auxiliary Equipment Manufacturing
 
Contracting Office
154 Wing/MSC, Hickam Air Force Base, Hickam AFB, HI 96853-5517
 
ZIP Code
96853-5517
 
Solicitation Number
W912J6-10-T-0009
 
Response Due
7/13/2010
 
Archive Date
9/11/2010
 
Point of Contact
Cezar deVeas, 808-448-7329
 
E-Mail Address
154 Wing/MSC
(cezar.deveas@hihick.ang.af.mil)
 
Small Business Set-Aside
Total Small Business
 
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. (I)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 being advertised; proposals are being requested and a written solicitation will be issued. (II) Solicitation W912J6-10-T-0009 is being issued as a Request for Quotation. (III) This solicitation incorporates provisions and clauses for commercial items in effect through Federal Acquisition Circular 2001-23. (IV) This acquisition is restricted and is reserved for small business concerns. The associated NAICS code for this acquisition is 336413, standard industrial classification 3599. (V) COMMERCIAL DESCRIPTION: This is a Firm Fixed Price requirements type contract to provide Aircraft Maintenance and Repair Shop Specialized Equipment in accordance with precise specifications as prescribed by the engineering specifications and drawings provided below: ITEM NOSUPPLIES/SERVICESQUANTITYUNITUNIT PRICEAMOUNT 0001F-22 AIRCRAFT MAINT & REP SHOP EQUIPMENT ITEM NOSUPPLIES/SERVICESQUANTITYUNITUNIT PRICEAMOUNT 0001AA13Each ADAPTER CABLE-CNI BATTERY CHARGING IAW ATTACHED SPECIFICATION AND DRAWINGS: FIG 2-49 ITEM NOSUPPLIES/SERVICESQUANTITYUNITUNIT PRICEAMOUNT 0001AB2Each MLG SPRING TOOL IAW ATTACHED SPECIFICATION AND DRAWINGS: FIG 2-55 ITEM NOSUPPLIES/SERVICESQUANTITYUNITUNIT PRICEAMOUNT 0001AC8Each ADAPTER ASSY, DEFUEL-FUSELAGE TANKS IAW ATTACHED SPECIFICATION AND DRAWINGS: FIG 2-27 ITEM NOSUPPLIES/SERVICESQUANTITYUNITUNIT PRICEAMOUNT 0001AD2Each KIT, ADAPTER- TANK, EXTERNAL FUEL IAW ATTACHED SPECIFICATION AND DRAWINGS: FIG 2-31 ITEM NOSUPPLIES/SERVICESQUANTITYUNITUNIT PRICEAMOUNT 0001AE2Each ADAPTER, DRAIN HOSE- GROUND FUEL IAW ATTACHED SPECIFICATION AND DRAWINGS: FIG 2-51 ITEM NOSUPPLIES/SERVICESQUANTITYUNITUNIT PRICEAMOUNT 0001AF3Each COVER, COCKPIT FLOOR IAW ATTACHED SPECIFICATION AND DRAWINGS: FIG 2-14 TOTAL CONTRACT PRICE ___________________ SPECIFICATION The contractor shall provide all management, tools, supplies, equipment, labor and delivery necessary to provide the government with fully operationally functional equipment. 1.1.Specification: a)All equipment will be built precisely as prescribed by the engineering drawings provided. Products will be manufactured per standard commercial practices. b)Vendor will provide to government 100% completed, turn-key products and/or equipment. c)Vendor will be responsible to procure all necessary stock and materials to complete each item. d)Vendor will be responsible for all special instructions as prescribed by engineering specifications for any item requiring any additional testing prior to final delivery of item to government; ie: NDI inspections, load testing, calibration, etc. All documentation of completion for these special instructions will be provided to government upon delivery. e)Contractor shall provide Warranty information f)At least 1 of each item will need to be provided to government before the end of the NLT date of October 31, 2010. All other additional items will need to be delivered NLT 90 days after the original NLT date. 2.0PUBLICATIONS: 2.1 Compliance with all publications, regulations and operating instructions provided by the Government is required when: 2.2 They pertain to the procedures for materials expediting herein and where the contractor is authorized by this document or by the engineering drawings to accomplish the work specified in the publication, regulation or operating instructions. 2.3 The publications prescribe USAF policies, use of materials, procedures and processes applicable to the work requirements. 2.4 The contractor is required to acquire and work on the latest version of the publication 3. APPENDICES A.Acronyms & Abbreviations List B.Publications/Forms APPENDIX A ACRONYMS AND ABBREVIATIONS LIST Acronym/AbbreviationDefinition AFAir Force AFB Air Force Base AFMC Air Force Material Command CFRCode Federal Regulation CO Contracting Officer DEPTDepartment DODDepartment of Defense FARFederal Acquisition Regulation GR Government Representative OSHAOccupational Safety and Health Act USAF United States Air Force APPENDIX B PUBLICATIONS/INSTRUCTIONS Applicable Publication/Instruction /Name Date Paragraph/Chapter 35C1-2-1344-2 03 March 2010 Reference Engineering Drawings (VI) FOB POINT IS DESTINATION (VII) The following provisions in their latest editions apply to this solicitation: FAR 52.212-1, Instructions to Offerors, Commercial, FAR 52.212-2, Evaluation of Commercial Items. The following factors will be used to evaluate offers: 1. Past Performance, 2. Technical; to include Capability to meet technical requirements, Schedule and Warranty Information, and 3. Price. For evaluation purposes the costs required for the government to travel to the contractors site will be based on the JTR and added to the proposed price to determine the overall price to the government. Past Performance: The offeror shall submit (with quote) past/present performance narratives for the firm on not less than two (2) or more than four (4) contracts that demonstrate experience in performing work that is similar in scope, size and complexity to the requirements. Include awards, customer letters of commendation, etc., with points of contact and telephone numbers. Technical to include Capability to meet technical requirements, Scheduling and Warranty Information: The offeror shall submit these items in a separate word document from the pricing information in sufficient detail to demonstrate an understanding of the requirement to include the processes that will be used to manufacture/fabricate end products. The government intends to award a contract without discussions with respective offerors. The government, however, reserves the right to conduct discussions if deemed in the best interest of the government. (VIII) The Government will award a firm-fixed price contract, resulting from this solicitation, to the responsible offeror, whose offer conforming to the solicitation will be the Best Value to the Government. Therefore all offerors must submit, their best price and technical data for evaluation. The government intends to evaluate quotes and make award without discussions with offerors (except clarifications as described in FAR 15.306(a)). Therefore, the offerors initial quote should contain the offerors best terms from a cost or price standpoint. The Government reserves the right to conduct discussions if the Contracting Officer later determines them to be necessary. (IX) FAR 52.212-3 (Alt 1), Offerors Representations and Certifications, Commercial Items and 252.212-7000, Offer Representations and Certifications-Commercial Items (offerors shall include a completed copy as part of their quote). (X) FAR 52.212-4, Contract Terms and Conditions are incorporated by reference and apply to this acquisition with the following addendum: DFARS 252.204-7004 Required Central Contract Registration, Commercial Items. (XI) FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders (DEVIATION) (Full text available at (http://farsite.hill.af.mil); Additional FAR clauses cited within the above clauses, which are applicable, will be incorporated into the solicitation and the resulting contract. (XII) The following provisions and clauses are incorporated by reference: CLAUSES INCORPORATED BY REFERENCE 52.204-7 Central Contractor Registration APR 2008 52.212-1 Instructions to Offerors--Commercial Items JUN 2008 52.212-4 Contract Terms and Conditions--Commercial Items MAR 2009 52.219-6 Notice Of Total Small Business Set-Aside JUN 2003 52.219-28 Post-Award Small Business Program Rerepresentation APR 2009 52.222-3 Convict Labor JUN 2003 52.222-19 Child Labor -- Cooperation with Authorities and Remedies AUG 2009 52.222-21 Prohibition Of Segregated Facilities FEB 1999 52.222-26 Equal Opportunity MAR 2007 52.222-36 Affirmative Action For Workers With Disabilities JUN 1998 52.222-50 Combating Trafficking in Persons FEB 2009 52.225-13 Restrictions on Certain Foreign Purchases JUN 2008 52.232-33 Payment by Electronic Funds Transfer--Central Contractor Registration OCT 2003 52.233-3 Protest After Award AUG 1996 52.233-4 Applicable Law for Breach of Contract Claim OCT 2004 52.246-2 Inspection Of Supplies--Fixed Price AUG 1996 252.201-7000 Contracting Officer's Representative DEC 1991 252.203-7000 Requirements Relating to Compensation of Former DoD Officials JAN 2009 252.203-7002 Requirement to Inform Employees of Whistleblower Rights JAN 2009 252.204-7004 Alt A Central Contractor Registration (52.204-7) Alternate A SEP 2007 252.227-7015 Technical Data--Commercial Items NOV 1995 252.227-7037 Validation of Restrictive Markings on Technical Data SEP 1999 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports MAR 2008 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports MAR 2008 252.232-7010 Levies on Contract Payments DEC 2006 252.247-7023 Alt III Transportation of Supplies by Sea (May 2002) Alternate III MAY 2002 (XIV) N/A (XV) Offerors are requested to submit questions to the email address noted below not later than 2:00 PM Hawaii standard time, 8 July 2010. Terms of the solicitation and specification remain unchanged unless the solicitation is amended in writing. If an amendment is issued, normal procedures relating to the acknowledgement and receipt of solicitation shall apply. Award can only be made to contractors registered in Central Contractor Registration (http://www.ccr.gov). (XVI) Quotes will be due to the 154 MSG/MSC, 360 Mamala bay Drive, BLDG. 3417, Hickam AFB, Hawaii 96853-5517, by 13 July 2010, 1:00 PM. Hawaii standard time. Email quotes will be accepted at cezar.deveas@hihick.ang.af.mil Any of the above information is protected under the Privacy Act, and will not be released unless permitted by law and/or you have consented to such release. (XVII) Point of Contact is SSgt Sarah Medeiros (808) 448-7216.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/NGB/DAHA50-1/W912J6-10-T-0009/listing.html)
 
Place of Performance
Address: 154 Wing/MSC Hickam Air Force Base, Hickam AFB HI
Zip Code: 96853-5517
 
Record
SN02186818-W 20100626/100624234701-185195e24135b04ea4066585b4fd96ea (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.