Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 18, 2011 FBO #3585
MODIFICATION

17 -- Helicopter Tow Cart

Notice Date
9/16/2011
 
Notice Type
Modification/Amendment
 
NAICS
336413 — Other Aircraft Parts and Auxiliary Equipment Manufacturing
 
Contracting Office
USPFO for Wisconsin, 1 Williams Street, Camp Douglas, WI 54618-5002
 
ZIP Code
54618-5002
 
Solicitation Number
W912J2-11-T-0005
 
Response Due
9/20/2011
 
Archive Date
11/19/2011
 
Point of Contact
Lisa Braund, 608-427-7274
 
E-Mail Address
USPFO for Wisconsin
(lisa.braund@ng.army.mil)
 
Small Business Set-Aside
N/A
 
Description
COMBINED SYNOPSIS/ SOLICITATION FOR COMMERCIAL ITEMS [IAW FAR 12.603(c)] (i) 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 requested and a written solicitation will not be issued. (ii) This solicitation/synopsis reference number is W912J2-11-T-0005 and is being issued as a Request for Quote (RFQ). (iii) This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-53, dated 4 Aug 2011. (iv) This acquisition is unrestricted. The associated NAICS code is 336413. (v) Contractors shall submit a quote for the following: CLIN 0001 - (Qty) 1 Heli-Carrier, part number V1030 (OR EQUAL) CLIN 0002 - (Qty) 1 UH-27 Attachment Hook, part number AT1000-EC145 (OR EQUAL) CLIN 0003 - (Qty) 4 12 V Deep Cycle Batteries, part number BAGM27 (OR EQUAL) CLIN 0004 - (Qty) 1 Option APU Kit 24v power supply, part number AUP option 24v (OR EQUAL) CLIN 0005 - Shipping & Handling (vi) The Helicopter Tow Cart must meet the following salient physical, functional, and performance characteristics in order to be considered equal: Attachment to the aircraft skid tubes by the existing grounding handling lug/attachment points. Be able to lift 9500lbs Battery operated Self propelled. Automatic safety brake that locks if oil pressure is lost during movement. Built according to a unique "C" frame arrangement designed to kneel down and crawl under the helicopter with minimal height in order to clear helicopter belly accessories. Main frame tied together with a cross shaft clearing ground at 3" (7.5cm) from optimal compatibility to helicopter fixtures. Able to be lifted to a high position, up to 6.75" (17 cm) to roll easily over uneven terrain and obstacles. Three point wheel ground contact for continuous balance when riding over uneven terrain. Supported by five wheels: One at traction point and four at rear for helicopter support. Operated from helicopter front. Attachment hooks are designed for connection to each helicopter model's own Wheel Pins. (vii) One Heli-Carrier, part number V1030 (OR EQUAL) and all components listed above shall be delivered to Chief Warrant Officer 3 Allen Geoffroy, AASF #1, 105 Trenton Road, West Bend WI 53095. (viii) Delivery to AASF #1 must be NLT 1 Nov 2011. (ix) The following clauses and provisions are incorporated and will remain in full force in any resultant award: (full text of clauses and provisions may be accessed electronically at this website: http://farsite.hill.af.mil) FAR 52.212-1, Instructions to Offerors - Commercial. FAR 52.212-2, Evaluation - Commercial Items Evaluation. The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the government, price and other factors considered. The following factors shall be used to evaluate offers in the following relative order of importance: 1. Technical capability of the item offered to meet the Government requirement. Technical capabilities are significantly more important than price. 2. Price - The Government will evaluate the total price of the offer for award purposes. (x) All offerors shall include a completed copy of FAR 52.212-3, Offeror Representation and Certifications -- Commercial Item or complete electronic annual representations and certifications at http//orca.bpn.gov. (xi) The following clauses are incorporated by reference: FAR 52.212-4, Contract Terms and Condition-Commercial Items FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (May 2009) (Deviation) are incorporated by reference, however, the following clauses apply: FAR 52.222-21, Prohibition Of Segregated Facilities FAR 52.222-22, Previous Contracts and Compliance Reports FAR 52.222-26, Equal Opportunity FAR 52.222-36, Affirmative Action for Workers With Disabilities FAR 52.223-18, Contractor Policy to Ban Text Messaging while Driving FAR 52.232-33, Payment by Electronic Funds Transfer--Central Contractor Registration FAR 52.211-6, Brand Name or Equal FAR 52.219-28, Post Award Small Business Representation FAR 52.222-50, Combating Trafficking in Persons FAR 52.225-13, Restrictions on Certain Foreign Purchases DFARS 252.204-7004 Alternate A, Required Central Contractor Registration; Contractors not registered in the CCR will be ineligible for award (register at http://www.ccr.gov/ or call 1-800-334-3414). DFARS 252.225-7000, Buy American Act (BAA) - Balance of Payments Program Certificate DFARS 252-225.7001, BAA - Balance of Payments Program DFARS 252.225-7002, Qualifying Country Sources as Subcontractors 52.225-3 -- Buy American Act -- Free Trade Agreements--Israeli Trade Act (Jun 2009) (a) Definitions. As used in this clause- "Canadian end product" means an article that-- (1) Is wholly the growth, product, or manufacture of Canada; or (2) In the case of an article that consists in whole or in part of materials from another country, has been substantially transformed in Canada into a new and different article of commerce with a name, character, or use distinct from that of the article or articles from which it was transformed. The term refers to a product offered for purchase under a supply contract, but for purposes of calculating the value of the end product includes services (except transportation services) incidental to the article, provided that the value of those incidental services does not exceed that of the article itself. "Commercially available off-the-shelf (COTS) item"- (1) Means any item of supply (including construction material) that is- (i) A commercial item (as defined in paragraph (1) of the definition at FAR 2.101); (ii) Sold in substantial quantities in the commercial marketplace; and (iii) Offered to the Government, under a contract or subcontract at any tier, without modification, in the same form in which it is sold in the commercial marketplace; and (2) Does not include bulk cargo, as defined in section 3 of the Shipping Act of 1984 (46 U.S.C. App. 1702), such as agricultural products and petroleum products. "Component" means an article, material, or supply incorporated directly into an end product. "Cost of components" means-- (1) For components purchased by the Contractor, the acquisition cost, including transportation costs to the place of incorporation into the end product (whether or not such costs are paid to a domestic firm), and any applicable duty (whether or not a duty-free entry certificate is issued); or (2) For components manufactured by the Contractor, all costs associated with the manufacture of the component, including transportation costs as described in paragraph (1) of this definition, plus allocable overhead costs, but excluding profit. Cost of components does not include any costs associated with the manufacture of the end product. "Domestic end product" means- (1) An unmanufactured end product mined or produced in the United States; (2) An end product manufactured in the United States, if- (i) The cost of its components mined, produced, or manufactured in the United States exceeds 50 percent of the cost of all its components. Components of foreign origin of the same class or kind as those that the agency determines are not mined, produced, or manufactured in sufficient and reasonably available commercial quantities of a satisfactory quality are treated as domestic. Scrap generated, collected, and prepared for processing in the United States is considered domestic; or (ii) The end product is a COTS item. "End product" means those articles, materials, and supplies to be acquired under the contract for public use. "Foreign end product" means an end product other than a domestic end product. "Free Trade Agreement country" means Australia, Bahrain, Canada, Chile, Costa Rica, Dominican Republic, El Salvador, Guatemala, Honduras, Mexico, Morocco, Nicaragua, Oman, Peru, or Singapore. "Free Trade Agreement country end product" means an article that- (1) Is wholly the growth, product, or manufacture of a Free Trade Agreement country; or (2) In the case of an article that consists in whole or in part of materials from another country, has been substantially transformed in a Free Trade Agreement country into a new and different article of commerce with a name, character, or use distinct from that of the article or articles from which it was transformed. The term refers to a product offered for purchase under a supply contract, but for purposes of calculating the value of the end product includes services (except transportation services) incidental to the article, provided that the value of those incidental services does not exceed that of the article itself. "Israeli end product" means an article that-- (1) Is wholly the growth, product, or manufacture of Israel; or (2) In the case of an article that consists in whole or in part of materials from another country, has been substantially transformed in Israel into a new and different article of commerce with a name, character, or use distinct from that of the article or articles from which it was transformed. "United States" means the 50 States, the District of Columbia, and outlying areas. (b) Components of foreign origin. Offerors may obtain from the Contracting Officer a list of foreign articles that the Contracting Officer will treat as domestic for this contract. (c) Delivery of end products. The Contracting Officer has determined that NAFTA applies to this acquisition. Unless otherwise specified, NAFTA applies to all items in the Schedule. The Contractor shall deliver under this contract only domestic end products except to the extent that, in its offer, it specified delivery of foreign end products in the provision entitled ``Buy American Act-- Free Trade Agreements--Israeli Trade Act Certificate.'' If the Contractor specified in its offer that the Contractor would supply a Canadian end product, then the Contractor shall supply a Canadian end product or, at the Contractor's option, a domestic end product. (End of clause) (xii) The following additional clauses are applicable to this procurement. DFARS 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports (Except as provided in paragraph (c) of this clause, the Contractor shall submit payment requests and receiving reports using WAWF, in one of the following electronic formats that WAWF accepts: Electronic Data Interchange, Secure File Transfer Protocol, or World Wide Web input. Information regarding WAWF is available on the Internet at https://wawf.eb.mil/. The WAWF routing information will be provided upon award.) (xiii) Response to this combined synopsis/solicitation must be received via email, lisa.braund@us.army.mil by 20 Sept 2011 no later than 3:00 PM Central Standard Time. Requests should be marked with solicitation number W912J2-11-T-0005. (xiv) Address questions to SSG Lisa M. Braund, Contract Specialist, at (608)427-7274, or email lisa.braund@us.army.mil by 15 Sept 2011, no later than 3:00 PM Central Standard Time.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/NGB/DAHA47/W912J2-11-T-0005/listing.html)
 
Place of Performance
Address: USPFO for Wisconsin 1 Williams Street, Camp Douglas WI
Zip Code: 54618-5002
 
Record
SN02580964-W 20110918/110917000822-ad6889022a439ff41c2fadbc344fdbfa (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.