Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JANUARY 22, 2011 FBO #3346
SOLICITATION NOTICE

16 -- Purchase of KC-135 Aircraft Seats, covers and accessories

Notice Date
1/20/2011
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
336413 — Other Aircraft Parts and Auxiliary Equipment Manufacturing
 
Contracting Office
128 ARW/MSC, General Mitchell IAP ANG Base, 1919 East Grange Avenue, Milwaukee, WI 53207-6199
 
ZIP Code
53207-6199
 
Solicitation Number
W912J2-11-Q-2506
 
Response Due
2/3/2011
 
Archive Date
4/4/2011
 
Point of Contact
Steve Maier, 414-944-8517
 
E-Mail Address
128 ARW/MSC
(steven.maier@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. Solicitation W912J2-11-Q-2506 is issued as a request for quote (RFQ), utilizing Simplified Acquisition Procedures in FAR Part 13. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-47. This solicitation is 100% set aside for small businesses. The size standard is 1,000 employees. The SIC Code is 3728 and NAICS Code is 336413. This purchase is for the following: CLIN 0001: Cushion Set, KC-135, Pilot or Co-Pilot Custom Cushion Set with fabric upholstery & wool, Charcoal gray, Oregon Aero P/N 341350PC or equal. Quantity 6 each. CLIN 0002: Headrest, KC-135 - Headrest with Cover, Oregon Aero P/N 31135 or equal. Quantity 12 each. CLIN 0003: Armrest, KC-135, Pilot or Co-Pilot Left Armrest with cover, Oregon Aero P/N 33135 or equal. Quantity 3 each. CLIN 0004: Armrest, KC-135, Pilot or Co-Pilot Right Armrest with cover, Oregon Aero P/N 32135 or equal. Quantity 3 each. CLIN 0005: Cushion Set, KC-135, Navigator or Boomer Custom Cushion Set with fabric upholstery & wool, Charcoal gray, Oregon Aero P/N 341350NB or equal. Quantity 6 each. CLIN 0006: Armrest Set, KC-135, Nav/Boom Left and Right Armrests w/cover (set of 2 in blue), Oregon Aero P/N 31067-3-019 or equal. Quantity 3 each. CLIN 0007: Jump-seat, KC 135 - Jump-seat w/fabric upholstery, Charcoal gray, Oregon Aero P/N 301350J or equal. Quantity 3 each. CLIN 0008: Couch, KC-135 - Left Boom Instructor Couch w/fabric upholstery, Charcoal gray, Oregon Aero P/N 3013501SL or equal. Quantity 3 each. CLIN 0009: Couch, KC-135 - Right Boom Instructor Couch w/fabric upholstery, Charcoal gray, Oregon Aero P/N 3013501SR or equal. Quantity 3 each. CLIN 0010: Couch, KC-135 - Boom Operator Couch w/fabric upholstery, Charcoal gray, Oregon Aero P/N 301350BS or equal. Quantity 3 each. CLIN 0011: Chin Rest, KC-135, Boom Operator Chin Rest, Oregon Aero P/N 301350CR or equal. Quantity 3 each. To be considered "equal" all cushions must meet or exceed the following specifications: Contoured for natural spinal alignment, increasing the spine's compressive load capability and enhancing crew survivability in the event of aircraft impact. Foam material shall allow a ball rebound of less then.5 inch when struck by a 6 ounce ball dropped from a height of 23 inches and exhibit a recovery rate of no less than 2.5 minutes after 80% compression for 2 hours. Foam material shall react to body temperature, allowing uniform pressure distribution across the seating area. Seat cushions will provide flotation capability in accordance with FAA TSO-C72c. All materials used in the construction of the seat cushions meet flammability requirements in accordance with FAA Regulations for Transport Category Aircraft, Paragraph 25.853(b) and Appendix F, Part 1. The upholstery fabric exhibits no significant wear or piling when subjected to 100,000 8 Deck rubs via the Wyzenbeck method. Fabric shall exhibit minimum burst strength of 275 PSI per Federal Standard 191-5122. All seat cushions shall be covered in sheepskins. All items to be delivered FOB destination, Milwaukee, Wisconsin, 53207. Delivery time: 90 days after receipt of order. Provision at FAR 52.211-6, Brand Name or Equal, applies to this requirement. If quote is for an 'equal' product, specifications of the item must be included in quotation. In addition, FAR provision at FAR 52.212-1, Instructions to Offerors-Commercial, applies to this RFQ. FAR provision 52.212-2, Evaluation-Commercial Items, applies to this RFQ with the following addenda: Paragraph (a) is filled in with (1) Price and (2) Technical Capability of the item to meet the Government needs; paragraph (b) does not apply. The clause at FAR 52.212-4, Contract Terms and Conditions-Commercial Items, without addenda and 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items, without addenda, applies to this acquisition (including: 52.219-6 Notice of Small Business Set-Aside, 52.222-3 Convict Labor, 52.222-21 Prohibition of Segregated Facilities, 52.222-26 Equal Opportunity, 52.222-50 Combating Trafficking in Persons, 52.222-36 Affirmative Action for Workers with Disabilities, 52,222.19 Child Labor and 52.232-33 Payment by Electronic Funds Transfer). DFARS provisions at DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statues or Executive Orders Applicable to Defense Acquisitions of Commercial Items and 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports apply to the acquisition. All FAR and DFARS clauses/provisions can be viewed at http://farsite.hill.af.mil. NOTICE: DFARS clause 252.204-7004 (applicable) requires all vendors wishing to do business with the department of defense to be registered with the central contractor registry (CCR) at https://www.bpn.gov/ccr/default.aspx. Any offeror that is not registered or whose information in the registry is incorrect will not be eligible to receive a contract award. In addition, per FAR provision 52.212-3 (Alt 1) Offeror Representations and Certifications-Commercial items, requires each offeror to complete certification found at https://orca.bpn.gov/ to be eligible to receive a contract award. All quotes are due no later than 1:00 p.m. on Thursday, February 3rd, 2011. Submit quotations or questions to Steve Maier at the following email address: steven.maier@ang.af.mil or faxed to his attention at 414-944-8781.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/NGB/DAHA47-2/W912J2-11-Q-2506/listing.html)
 
Place of Performance
Address: 128 ARW/MSC General Mitchell IAP ANG Base, 1919 East Grange Avenue Milwaukee WI
Zip Code: 53207-6199
 
Record
SN02363103-W 20110122/110120234121-9aa2a3d86e0a04af7053225104dfee45 (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.