Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 19, 2012 FBO #3799
SOLICITATION NOTICE

17 -- AIRCRAFT MAINTENANCE STANDS AND ASSOCIATED EQUIPMENT

Notice Date
4/17/2012
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
336413 — Other Aircraft Parts and Auxiliary Equipment Manufacturing
 
Contracting Office
USPFO for Maryland, State Military Reservation, 301 Old Bay Lane, Havre de Grace, MD 21078-4094
 
ZIP Code
21078-4094
 
Solicitation Number
W912K6-12-Q-1028
 
Response Due
4/24/2012
 
Archive Date
6/23/2012
 
Point of Contact
Julianne Hitch, 4109428476
 
E-Mail Address
USPFO for Maryland
(julianne.hitch@us.army.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 is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulation (FAR) Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation. Quotations are being requested and a written solicitation will not be issued. This solicitation, W912K6-12-Q-1028, is being issued as a Request for Quotations (RFQ). This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-53. This procurement is a total small business set-aside. The NAICS code is 336413 and the small business size standard for this NAICS Code is 1000 employees. The Maryland Army National Guard (MDARNG) has a requirement for the following aircraft maintenance stands and associated equipment. No government specifications are available. 0001 - All Metal MS Aircraft Maintenance Stand Model 414 - Right Side, One (1) each, 122"H X 47"W X 96"L; Fold Down Deck Height 80"; Lower Deck Height 42"; Removable & Adjustable Handrails and 2 tool trays. OSHA Compliant. 0002 - All Metal MS Aircraft Maintenance Stand Model 415 - Left Side, One (1) each, same item description as above. 0003 - All Metal MS Maintenance Stand Dolly, L-96" X W-48" X H-Customizable to Aircraft Dolly, Two (2) each. 0004 - All Metal MS Model 6RBR72 Blade Rack for 6 Blades, W-40" X H-47" X L-72"; Blade Storage W-18" X H-8", Two (2) each. 0005 - All Metal MS Parts Rack - Custom Manufactured for all Aircraft, Length 96" X Height 72" X Width 48"; Shelf Height 32"; Laminated Treated Wood Shelves with Wheels, Two (2) each. The Powder Coat Color will be determined upon award of contract. All items listed must be quoted by the offeror if submitting a quotation. Partial quotations will be rejected. The following clauses are provisions are incorporated by reference. FAR clauses and provisions can be read in their full text at www.acqnet.gov/far and DFARS clauses and provisions can be read in their full text at www.acq.osd.mil/dpap/dars/dfars The clauses are to remain in full force in any resultant contract: FAR 52.204-9, Personal Identity Verification of Contractor Personnel; FAR 52.204-10, Reporting Executive Compensation and First Tier Subcontract Awards; FAR 52.209-6, Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment; FAR 52.211-6, Brand Name or Equal; FAR 52.212-1, Instructions to Offers-Commercial Item and any addenda to the provisions; FAR 52.212-2, Evaluation of Commercial Items (price, technical capability & past performance); FAR 52.212-3 Offeror Representations and Certifications - Commercial Items (offerors must submit a complete copy with their offers. Documentation can be completed at https://orca.bpn.gov/ ). 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; DFARS 252-212-7001 (Dev) Contract Terms, Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items; FAR 52.204-7, Central Contractor Registration; FAR 52.219-6, Notice of Total Small Business Set-Aside; FAR 52.219-28, Post-Award Small Business Program Re-representation; 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 52.222-26, Equal Opportunity; 52.222-36, Affirmative Actions for Workers with Disabilities; FAR 52.222-50, Combating Trafficking in Persons; FAR 52.223-5, Pollution Prevention and Right to Know Information; FAR 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving; FAR 52.225-13, Restrictions on Certain Foreign Purchases; FAR 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration; FAR 52.232-36, Payment by Third Party; FAR 52.233-3, Protest After Award; FAR 52.233-4, Applicable Law for Breach of Contract Claim; FAR 52.237-1, Site Visit; FAR 52.245-1, Government Property; FAR 52.245-9, Use and Charges; FAR 52.252-2, Clauses Incorporated by Reference; DFARS 252.201-7000, Contracting Officer's Representative; DFARS 252.203-7000, Requirements Relating to Compensation of former DOD Officials; DFARS 252-203-7002, Requirement to Inform Employees of Whistleblower Rights; 252.204-7004, Required Central Contractor Registration, Alternate A; DFARS 252.204-7008, Export-Controlled Items; DFARS 252.223-7006, Prohibition on Storage and Disposal of Toxic and Hazardous Materials; DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items. The following clauses within 252.212-7001 apply to this solicitation and any resultant contract: DFARS 252.232-7003, Electronic Submission of Payment Requests; DFARS 252-232-7010, Levies on Contract Payments; and DFARS 252.247-7023, Transportation of Supplies by Sea - Alternate III; The following contract clause in full text applies: FAR 52.232-18, Availability of Funds. All firms or individuals responding must be registered with the Central Contractor's Registration (www.ccr.gov) to be considered for award. All quotes/responses must be received no later than 5:00 P.M., Eastern Time, 24 April 2012. The following evaluation factors will be considered: Price, Technical Capability & Past Performance. The Government intends to evaluate quotations/offers and award a contract without discussions with offerors (except clarifications as described in FAR 15.306(a)). The Government reserves the right to conduct discussions if the Contracting Officer later determines them to be necessary. If submitting on product, other than brand name, the offeror must submit a complete specification package, including photographs of the recommended product. Point of Contact Julianne Hitch, Contract Specialist, 410-942-8476, FAX 410-942-8458, email at julianne.hitch@us.army.mil Contracting Office Address USP&FO For Maryland, Purchasing & Contracting Division, 301 Old Bay Lane, State Military Reservation, Havre de Grace, Maryland 21078-4094. Delivery Location/Place of Performance Maryland Army National Guard, Army Aviation Support Facility, Weide Army Airfield, Wise Road, Building E-4081, Edgewood Area, Aberdeen Proving Ground, Maryland 21010.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/NGB/DAHA18/W912K6-12-Q-1028/listing.html)
 
Place of Performance
Address: Maryland Army National Guard, Army Aviation Support Facility, Weide Army Airfield BLDG E 4081 Wise Road APG-Edgewood Area MD
Zip Code: 21010
 
Record
SN02723763-W 20120419/120417234920-ef9d82340d2506627c4e2f2baa445a41 (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.