Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 15, 2011 FBO #3582
SOLICITATION NOTICE

69 -- CASA 212 Mock-up - CASA Pictures

Notice Date
9/13/2011
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
336413 — Other Aircraft Parts and Auxiliary Equipment Manufacturing
 
Contracting Office
Other Defense Agencies, U.S. Special Operations Command, USASOC, ATTN:E-2929, Fort Bragg, North Carolina, 28310
 
ZIP Code
28310
 
Solicitation Number
H92239-11-T-0073
 
Point of Contact
James T. Locklear, Phone: 9104323421
 
E-Mail Address
james.t.locklear@us.army.mil
(james.t.locklear@us.army.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
Combined synopsis/solicitation word document CASA Picture CASA Picture CASA Picture The US Army Special Operations Command, Fort Bragg, North Carolina has a requirement for one (1) CASA 212 Aircraft Mock-up (actual replication of CASA 212, replication would be from the back of the cockpit to the ramp) to serve as a Army Mobile Jump Training Simulator (CT626). The contractor shall provide all labor, equipment, materials and transportation unless stated in the specifications. This is a combined synopsis solicitation for commercial items prepared in accordance with FAR Subpart 12.6 and 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. All persons responding must reference solicitation number H92239-11-T-0073 which is being issued as a Request for Quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-53 effective 4 August 11. It is the contractor's responsibility to be familiar with all applicable clauses and provisions. Full text clauses are available at http://farsite.hill.af.mil. This requirement is a 100% set aside for a small business. The North American Industry Classification System Code (NAICS) is 336413 - Other Aircraft Parts and Auxiliary Equipment Manufacturing and the size standard is 1000 employees. REQUIREMENT. The U.S. Army Special Operations Command (USASOC), Fort Bragg, North Carolina has a requirement for a quantity of one (1) CASA 212 aircraft mock-up for the purpose of conducting pre-jump rehearsals. In order to meet this need USASOC requires the following parameters to be met IAW CASA Specifications listed below. To ensure that sufficient information is available for technical evaluation, the offeror shall furnish descriptive material (technical information, brochures, drawings, or other information) necessary for the purchasing activity to determine whether the product offered meets the salient characteristics of the requirement. Offerors not providing technical information shall be excluded from competition. The contract will contain two (2) CLINS: #1 CASA 212 Mock-up and #2 Item Unique Identification (IUID) Labeling and vendors shall submit quotes based on the two CLINS. CASA 212 MOCK UP SPECIFICATIONS 1. A close approximation of an actual CASA 212 to provide unit with the most realistic simulation possible. 2. Trailer must be able to be transported by High Mobility Multipurpose Wheeled Vehicle (HMMWV) Series M998 or quotes will be excluded. 3. Spare tire with tire jack mounted on trailer 4. Trailer will have military style hitch for towing 5. Power for trailer will run off military vehicle 24v system 6. Trailer will have running lights for transportation on roads and must meet DOT standards. 7. Trailer will have red and green jumps lights that work at jump door to simulate those on the aircraft, activation switch will be located inside the trailer forward portion 8. Two sets of white lights located inside the trailer, evenly spaced with switch 9. Nonskid surface on floor and ramp of trailer 10. Trailer shall be painted Tan in color 11. Trailer will have support jacks on each corner to level the trailer and support weight while personnel are inside 12. Anchor line cable to simulate the one used on aircraft 13. Two foot wide netting to go across door opening on side of trailer to simulate those used on the casa 14. Cover to go over the rear of trailer and side door while not in use, should be made out of material that can be rolled up and secured while trailer is being used. 15. Side tables on trailer are used to simulate seating on UH-60 helicopter and should be able to support six personnel, three on each side. Table is designed to be pulled out or fold down from side of trailer with leg support. 16. Inside seats are designed to be folded to simulate those in the CASA. Seats should be able to support three personnel per seat with a total of six seats three on each side. 17. Back of trailer will have a retrieval bar- bar is used to retrieve towed jumpers 18. Front of trailer is designed to have a hinged or sliding panel to allow air flow thru trailer during use 19. The ramp is designed to be lowered, raised and locked into position to simulate the position used on the CASA. PROVISIONS AND CLAUSES INCORPORATED BY REFERENCE: The following Federal Acquisition Regulation (FAR) and Defense Federal Acquisition Regulation Supplement (DFARS) provisions and clause are hereby incorporated by reference to this procurement action. FAR 52.204-7, Central Contractor Registration. FAR 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards. FAR 52.211-8 Alt II, Inspection of Supplies-Fixed Price, is applicable to this requirement, FAR 52.212-1, Instructions to Offerors -Commercial Items applies. FAR 52.212-2, Evaluation Commercial Items, is applicable to this requirement with the following clause addenda to paragraph (a), EVALUATION AND AWARD: The Government will award to the responsive, responsible offeror whose proposal conforms to this solicitation and is the best value to the Government. The following evaluation factors in the descending order of importance will be used to evaluate offers: (1) Technical Acceptability (2) Past Performance (3) Price (4) Delivery 1. Technical acceptability is defined as the contractor's ability to meet or exceed the requirement. Technical acceptability will be evaluated on a Pass or No-Pass basis. Only those offers evaluated, as Pass will be further evaluated and considered for award. PASS: The offeror has submitted the required documentation necessary for the purchasing activity to determine whether the product offered meets the salient characteristics of the requirement. FAIL: The offeror did not submit the required documentation necessary for the purchasing activity to determine whether the product offered meets the salient characteristics of the requirement. 2. Past Performance is a measure to which an offeror satisfies its customer in the past and complied with Federal, State, and local laws and regulations. The Government will contact some of each offeror's customers to ask whether or not they believe: (1) that the offeror was capable, efficient, and effective; (2) that the offeror's past performance conformed to the terms and conditions of contract; (3) that the offeror was reasonable and cooperative during performance; and (4) that the offeror was committed to customer satisfaction. In evaluating past performance the Government will contact some of the references provided by the offeror and other sources of information, including, but not limited to: Federal, state and local government agencies, better business bureaus, published media, and electronic databases. Vendors shall provide the name, title and telephone number and/or email address of no less than three contacts for similar services performed during the previous three (3) years. A past performance rating of at least satisfactory is required to be evaluated further and considered for award. 3. Price. Offerors will be evaluated for price. Price shall be quoted in accordance with the CLIN(s) to be incorporated in the Schedule of Supplies and Services in the event an award is made. Price shall include a firm fixed price. 4. Delivery. Offers will be evaluated for delivery. The requested delivery date is 60 days after receipt of award. Delivery is defined as the capacity of the offeror and affirmation by the offeror to deliver all items per shipment as specified within the requested delivery date. As shipped, all deliveries shall be delivered to Fort Bragg, N.C. in one shipment. The factor of technical acceptability is equal to past performance but is significantly more important than price and delivery combined. The factor of price is slightly more important than delivery. Offers shall remain valid for a minimum of 30 days. 52.212-3, Offeror Representations and Certifications-Commercial Items and Defense Federal Acquisition Supplement (DFARS) 252.212.7000, Offeror Representations and Certifications-Commercial Items are applicable to this requirement and offerors shall include a completed copy of the Representations and Certifications with their bid. FAR 52.212-3 Alt I, Offeror Representations and Certifications-Commercial Items. FAR 52.212-4, Contract Terms and Conditions, Commercial Items. 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 52.222-22, Previous Contracts and Compliance Reports. FAR 52.222-25, Affirmative Action Compliance. FAR 52.222-35, Equal Opportunity for Veterans FAR 52.222-37, Employment Reports On Special Disabled Veterans, Veterans Of The Vietnam Era, and Other Eligible Veterans. FAR 52.222-41, Service Contract Act of 1965. FAR 52.223-18, Contractor Policy to Ban Text Messaging While Driving. FAR 52.225-1, FAR 52.225-4, Buy American Act--Free Trade Agreement--Israeli Trade Act Certificate. FAR 52.225-13, Restrictions on Certain Foreign Purchases. FAR 52.232-33, Payment by Electronic Funds Transfer--Central Contractor Registration. FAR 52.246-2 Alt I, Inspection of Supplies-Fixed Price. FAR 52.247-29, F.O.B. Origin or FAR 52.247-34, F.o.b. Destination, as applicable to award(s). FAR 52.252-1, Solicitation Provisions Incorporated by Reference FAR 52.252-2, Clauses Incorporated By Reference. FAR 52.252-6, Authorized Deviations in Clauses. DFARS 252.204-7004, Required Central Contractor Registration Alt A. DFARS 252.211-7003, Item Identification and Valuation. DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Status or Executive Orders Applicable to Defense Acquisitions of Commercial Items (Deviation). DFARS 252.232-7003, Electronic Submission of Payment Requests. SOFARS 5652.201-9002, Authorized Changes only by the Contracting Officer with the following clause addenda: The address and telephone number of the Contracting Specialist is MAJ James T. Locklear, HQ, USASOC, E-2929 Desert Storm Drive (Stop A), DCS, Acquisitions and Contracting, Fort Bragg, NC 28310-9110, Com: 910-432-342; Fax: 910-432-9345; james.t.locklear@soc.mil or james.t.locklear@us.army.mil. SOFARS 5652.219-9004, Technical and Contractual Questions Concerning this solicitation using the same contact information identified in clause 5652-201-9002. DELIVERY/ ACCEPTANCE POINT: Delivery location is Fort Bragg, North Carolina 28310. Full delivery address will be provided upon award. It is requested that all items are delivered per shipment once maintenance is completed. DUE DATE. Offers shall be submitted not later than 12:00 pm EST, 19 September 2011. Offers shall be in writing in order to be considered. Offers may be emailed to james.t.locklear@soc.mil or james.t.locklear@us.army.mil, faxed to 910-432-9345, Attn: MAJ James T. Locklear, or mailed to HQ USASOC, ATTN: AOCO (MAJ Locklear), E-2929 Desert Storm Drive, Fort Bragg, NC 28310. REQUEST FOR QUOTES QUESTIONS. Questions shall be submitted to MAJ James T. Locklear at james.t.locklear@soc.mil or james.t.locklear@us.army.mil or faxed to (910) 432-9345, Attn: MAJ Locklear NLT 19 SEP 2011. Telephonic questions pertaining to the technical requirement of this solicitation will not be answered, but emails requesting technical clarity will be sent to the technical representative. It is the offeror's responsibility to ensure e-mail or fax submissions are received by the Contracting Specialist. If an acknowledgement is not received, please contact MAJ James T. Locklear at (910) 432-3421. Vendors are encouraged to contact the Government for clarification if there are, or appear to be, errors, omissions, or inaccuracies in the RFQ. Government point of contact is MAJ James T. Lockear.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/ODA/USSOCOM/FortBraggNC/H92239-11-T-0073/listing.html)
 
Record
SN02574683-W 20110915/110914000818-7d0b9d6b750c978b11ea6c2094562219 (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.