Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 04, 2010 FBO #3175
SOLICITATION NOTICE

69 -- FA4803-10-Q-A262

Notice Date
8/2/2010
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
332312 — Fabricated Structural Metal Manufacturing
 
Contracting Office
Department of the Air Force, Air Combat Command, 20 CONS, 321 Cullen Street, Shaw AFB, South Carolina, 29152, United States
 
ZIP Code
29152
 
Solicitation Number
FA4803-10-Q-A262
 
Point of Contact
Lisa M Wright, Phone: 8038955348, Barbara V. Bonnette, Phone: 8038955347
 
E-Mail Address
lisa.wright@shaw.af.mil, barbara.bonnette@shaw.af.mil
(lisa.wright@shaw.af.mil, barbara.bonnette@shaw.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. This solicitation will be evaluated and awarded per the prescribed procedures of FAR Part 13, Simplified Acquisition Procedures. The solicitation number for this procurement is FA4803-10-Q-A262 and is issued as a Request for Quotation (RFQ). This solicitation document and incorporated provisions and clauses are those in effect through the Federal Acquisition Circular (FAC) 2005-44, Defense Federal Acquisition Regulation Supplement Change Notice (DCN) 20091229 and Air Force Acquisition Circular (AFAC) 2010-0402. The North American Industry Classification System code for this acquisition is 332312, Fabricated Structural Metal Manufacturing with a Small Business Size Standard of 500 Employees. This acquisition is a 100% Small Business Set Aside. This is Firm Fixed Price procurement and will be procured using commercial item procedures and award will be based on price. The following items are required: 1. 1 Each - SA-15 Tor Target, including target trailer, infrared heat package, rotating sail package (8RPM), leveling devices, ground anchor and tie down straps 2. 1 Each - SA-6 Straight Flush Target, including target trailer, infrared heat package, rotating sail package (8RPM), leveling devised, ground anchor and tie down straps 3. 1 Lump Sum - Delivery Description: The following describes the SA-15 Tor and SA-6 Straight Flush targets: Each will be integrated onto a trailer. The SA-15 Tor and SA-6 Straight Flush's dimensions will be life size (information taken from multiple unclassified sources). The targets will be 8 ½ feet (102 inches) wide (with little or no variations). This is the maximum DOT width allowed without an oversize permit for hauling. This will facilitate the movement of the targets on paved surfaces and be of considerable advantage for range movement flexibility. However, the target's lengths and heights will replicate real-world dimensions. The target's frame will be constructed of galvanized tubular steel precisely welded to ensure strength and durability. The target's exterior will be comprised of 18 and 24 gauge brake formed galvanized sheet metal securely attached with self-tapping screws to the tubular steel frame. To support range configuration changes, each target will be mobile and will be securely integrated onto a tandem axle trailer with electric brakes and DOT approved lights with a 2 inch ball tongue. The target and trailer will be considered one integral unit. Each target will be designed to be lifted with a standard forklift capable of lifting 4000 pounds. The unit will have "leveling" devices in order to ensure the targets are stabilized and leveled at the destination site. Anchors and tie down straps will be furnished to stabilize the target to the ground. The trailer's tongue will have a "detachable, slide in" option which will allow the tongue to be removed (if desired) after target set up. If tongue removal is not desired, camouflage netting will also be supplied by contractor and can be used to break up the tongue's profile. The SA-15 Tor and SA-6 Straight Flush targets will be integrated into the trailers in such a way that the trailers will have a very low profile with targets "overlapping" many parts of the trailers. The target tongue will be painted the color of the target. The finished target will be primed and painted in a camouflage pattern. Camouflage netting can be used to cover the minimally exposed sections of the trailer, if needed. Targets will be constructed to withstand 70 mph wind gusts. The SA-6 Rotating Straight Flush target and Tor SA-15 target will have an operational rotating sail and withstand wind load of 35 knots. Set up instructions will be provided. Infrared Signature System: The targets will be constructed with an infrared signature generator with consideration for signature optimization. The infrared unit will operate on 120 VAC, which will be provided from the local site or by a portable generator. The infrared unit is capable of remote turn-on and turn-off by phone line using a call-in control unit (DTMF). A timer will be included in the electrical circuit that can be set by the customer to remove power to the infrared signature generator after a set period of time, once turned on. This will prevent power from being left on for extended periods unintentionally. The infrared signature generator will consist of heating lamps, rheostats for temperature control, timer/relay, and a DTMF control mounted inside 24 Gauge sheet metal box(s) with a 50 ft power cord installed in the target's undercarriage. This allows heat to be applied to the underside of the top sheet metal and provides a heat signature in the engine compartment as required. Sail Rotation System: The targets will be constructed with a rotation sail section with the top dish in a fixed position. The sail will rotate at a maximum speed of 8 RPM. The rotating mechanism will consist of sealed bearings with a 120 VAC electric motor and the proper gearing to achieve the rotation speed. The rotation unit will be capable of remote turn-on and turn-off by phone line using a call-in control unit (DTMF). A timer will be included in the electrical circuit that can be set by the customer to remove power to the sail rotation system after a set period of time, once turned on. This will prevent power from being left on for extended periods unintentionally. The Sail Rotation system will be rated for a maximum wind speed of 35 knots. With power in the OFF position, target will withstand winds in excess of 70 MPH. Previous Questions and Answers: Below are the questions from a prior similar acquisition: Question: It would seem that the sail section of the rotating sail radar mechanism on the SA-6 Straight flush would need to fold down for transport, is this ok? Answer: Yes, a folding sail is ok. Question: Would you please specify the number of heating lamps for the signature generator. This would give me the amps for the power cord. Answer: No exact number of heat lamps required, but the customer would like enough to heat the engine compartment and crew cab. Question: How large a box for the controls would you like? Do I compartmentalize this so as not to expose the timer relay and DTMF control to excessive heat? Or would like separate boxes for controls and heat lamps. Answer: The box size is not specified, but the customer would like the controls and heat lamps in separate compartments. Question: Are there any drawings for this work? If not, is this a design and build project? Have the target trailers to this specification been manufactured before? Answer: There are no specification drawings for this project. This is meant to be a simple commodity buy, so no, it is NOT a design/build project. We purchased targets meeting these specifications last year. The RFQ's submitted shall contain the following information: RFQ number, time specified for receipt of offers, name, address, telephone number of offeror, price, any discount terms and acknowledgement of all solicitation amendments (if applicable). Quote shall also contain all other documentation specified herein. Offerors shall include a statement specifying the extent of agreement with all terms, conditions and provisions included in the solicitation. Period of Acceptance for Offerors: The offeror agrees to hold its offer firm for 45 calendar days from the date specified for receipt of offers, unless another time period is stated in an addendum to the solicitation. Late offers: Request for Quotations or modification of quotes received at the address specified for the receipt of offers after the exact time specified for receipt of offers will be handled in accordance with FAR 52.212-1(f). The following FAR clauses and provisions apply to this acquisition: FAR 52.212-1, Instructions to Offerors Commercial Items. Late offers: Request for Quotations or modification of quotes received at the address specified for the receipt of offers after the exact time specified for receipt of offers will not be considered. Evaluation/Award: IAW FAR 52.212-2, Evaluation-Commercial items applies to this acquisition. The Government will award a single contract resulting from this solicitation to the responsive responsible offeror whose quote conforms to the solicitation and will be most advantageous to the government. The following factors shall be used to evaluate quotes: Price. Offerors shall complete a copy of the Online Offeror Representations and Certifications Application. Please refer to http://orca.bpn.gov/login.aspx for information regarding the Online Representation and Certification Application process. The following clauses are hereby incorporated by reference: FAR 52-211-6 Brand Name or Equal, 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 paragraphs (a) (b) (5)(i) (14) (15) (16) (17) (18) (19) (20) (21) (22) (36), FAR 52.222-3 Convict Labor (E.O. 11755), FAR 52.222-26 Equal Opportunity (E.O. 11246), FAR 52.222-35, Affirmative Action for Special Disabled and Vietnam Era Veterans (38 U.S.C. 4212), FAR 52.222-36 Affirmative Action for Handicapped Workers (29 U.S.C. 793), FAR 52.222-37, Employment Reports on Special Disable Veterans and Veterans of the Vietnam Era (38 U.S.C. 4212), FAR 52.247-64, Preference for Privately Owned U.S. Flag Commercial Vessels (46 U.S.C. 1241), DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items, DFARS 252.225-7036, Buy American Act - Free Trade Agreements - Balance of Payments Program (JUN 2005) (Alternate I) (JAN 2005) (41 U.S.C. 10a-10d and 19 U.S.C. 3301 note). 5352.201-9101 Ombudsman - ACC Ombudsman follows: Mr. Eric Thaxton, 129 Andrews Street, Langley AFB VA 23665-2769, Phone: (757) 764-5371 FAX: (757) 764-4400, Email: eric.thaxton@langley.af.mil. FAR52.219-28 - Post-Award Small Business Program Rerepresentation, The Contractor represents that it [ ] is, [ ] is not a small business concern under NAICS Code ______________ assigned to contract number ______________.[Contractor to sign and date and insert authorized signer's name and title]. Quotes shall be marked with the Request for Quotation Number, Date and Time. Facsimile and electronic mail Proposals will be accepted. NOTE: ALL OFFERORS MUST BE REGISTERED IN THE CENTRAL CONTRACTOR REGISTRATION (CCR) BEFORE BEING CONSIDERED FOR AWARD. Information concerning CCR requirements may be viewed via the Internet at http://www.ccr.gov or by calling the CCR Registration Center at 1-888-227-2423. Offerors shall include completed copy of the Online Offeror Representations and Certifications Application. Please refer to http://orca.bpn.gov/login.aspx for information regarding the Online Representation and Certification Application process. Quotations may be submitted via fax to the attention of TSgt Lisa Wright to 803-895-5339 or by e-mail to lisa.wright@shaw.af.mil.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/ACC/20CONS/FA4803-10-Q-A262 /listing.html)
 
Place of Performance
Address: Shaw AFB, SC, Shaw AFB, South Carolina, 29152, United States
Zip Code: 29152
 
Record
SN02226177-W 20100804/100802235639-fd6cc1b93b165fd0d934c423f10e545b (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.