SOLICITATION NOTICE
Z -- Lateral Drift Trainer Repair
- Notice Date
- 8/28/2003
- Notice Type
- Solicitation Notice
- Contracting Office
- Department of the Air Force, Air Combat Command, 347 CONS, 4380B Alabama Rd, Moody AFB, GA, 31699-1794
- ZIP Code
- 31699-1794
- Solicitation Number
- F09607-03-Q-0055
- Response Due
- 9/8/2003
- Archive Date
- 9/23/2003
- Point of Contact
- Kelli Justice, Contracting Apprentice, Phone 229-257-3629, Fax 229-257-4032,
- E-Mail Address
-
kelli.justice@moody.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. The solicitation number for this procurement is F09607-03-Q-0055 and is issued as Request for Quotation. This solicitation document and incorporated provisions and clauses are those in effect through the Federal Acquisition Circular (FAC) 2001-13, Defense Acquisition Circular (DAC) 91-13 and Air Force Acquisition Circular (AFAC) 2003-0501. The solicitation is 100% small business set-aside. The North American Industry Classification System is 332812. The small business size is 500 employees. The BID SCHEDULE SHALL BE FOR REPAIR OF LATERAL DRIFT TRAINER. QTY: 1 EA. A mandatory site visit is set for 04 Sept 03 at 10:00 A.M. EST. Contractors who are planning to attend the site visit must contact A1C Kelli Justice before 04 September 03 so the proper arrangements can be made. All labor to be performed must be completed in accordance with the Service Contract Act Wage Determination NO: 94-2131 REV (22). This Wage Determination can be viewed at http://www.ceals.usace.army.mil. Provision at FAR 52.212-1, Instruction to Offerors Commercial Items applies to this acquisition. The following addenda is provided to this provision: The Contractors response to the Request for Quotation should be submitted and shall contain the following information: SOLICITATION NUMBER; NAME; ADDRESS; TELEPHONE NUMBER OF OFFEROR; TERMS OF WARRANTY; UNIT PRICE; TOTAL AMOUNT; ANY DISCOUNT TERMS AND ACKNOWLEDGEMENT OF ALL SOLICITATION AMENDMENTS. Offerors that fail to furnish the required representations or information, or reject the terms and conditions of the solicitation may be excluded from consideration. EVALUATION/AWARD: IAW FAR 52.212-2, Evaluation-Commercial Items, the Government will award a purchase order resulting from this solicitation to the responsive responsible low offeror. All offerors MUST BE CENTRAL CONTRACTOR REGISTERED (CCR). Information concerning CCR registration requirements may be viewed via the internet at http://www.ccr.gov or by calling the CCR Registration Centers at 1-888-227-2423. The following listed FAR clauses apply to this solicitation and are incorporated by reference. All FAR Clauses may be viewed in full text by viewing the Federal Acquisition Regulation Table of Contents via the Internet at http://farsite.hill.af.mil/. FAR 52.212-4, Contract Terms and Conditions-Commercial Items; FAR 52.211-2, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items. Pursuant to FAR Clause 52.212-5 the following clauses are hereby incorporated by reference: FAR 52.222-3 Convict Labor (E.O. 11755), FAR 52.233-3 Protest After Award (31 U.S.C. 3553 and 40 U.S.C. 759), FAR 52.219-8, Utilization of Small Business Concerns and Small Disadvantaged Business Concerns (15 U.S.C. 637 (d)(2) and (3)), 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 Disabled Veterans and Veterans of the Vietnam Era (38 U.S.C. 4212) FAR 52.225-3, Buy American Act-Supplies (41 U.S.C. 10) FAR 52.225-21, Buy American Act-North American Free Trade Agreement Implementation Act-Balance of Payments Program (41 U.S.C. 10, pub.L.103-187) FAR 52.247-64, Preference for Privately Owned U.S. Flag Commercial Vessels (46 U.S.C. 1241) FAR 52.232-33, Mandatory Information for Electronic Funds Transfer Payment, FAR 52.228-5 Insurance-Work on a Government Installation, FAR 52.219-6, Notice of Total Small Business Set-Aside, FAR 52.214-21, Descriptive Literature. RESPONSE TIME: REQUEST FOR QUOTATION WILL BE ACCEPTED AT THE 347 CONTRACTING SQUADRON LOCATED AT 4380B ALABAMA ROAD, MOODY AFB GA 31699 NO LATER THAN 2:00 P.M. EST ON 08 SEPTEMBER 2003. ALL PROPOSALS SHALL BE MARKED WITH REQUEST FOR QUOTATION, SOLICITATION NUMBER, RECEIPT OF QUOTATION DATE & TIME, AND PROJECT TITLE ON THE OUTSIDE OF THE PROPOSAL ENVELOPE. FACSIMILE AND EMAIL OFFERS WILL BE ACCEPTED. CONTRACTING OFFICER: SSGT BRYAN EWING. The point of contact for this solicitation is A1C Kelli Justice, 229-257-3629, 229-257-4032 (fax). The secondary point of contact for this solicitation is SSgt Millard 229-257-4717, 229-257-4032 (fax). STATEMENT OF WORK For LATERAL DRIFT TRAINER The installation of dynamometers must allow users to manually adjust and determine tensioning of the 4 wire ropes. All requests for repair must meet the standards for correct installation of the wire rope (and associated hardware) and stopping of the trolley at a predetermined stopping point. The prestreched wire rope must allow for minimal take-up during tensioning. The wire rope must be of the correct size to allow free movement of the current trolley to allow a forward speed no less than 5 mph. Furthermore, a solution must be planned and performed to minimize the movement of the purlins inward toward each other during repeated tensioning so as to extend the life of the trainer and prevent costs of having the purlins removed and reset when they are pulled to far off center." Replace all wire rope with pre-stretched galvanized wire rope [6x37 (Class) RRL EIPS IWRC] to allow for safe and correct connection to purlins and the dynamometers. Install on each wire rope a button swage ? of the distance from the high point for a stop plate to stop the forward movement of the trolley. Stop plates and trolleys are provided by the customer. Replace current screw pin anchor shackles with correct size for the new installed wire rope. Replace all turnbuckles ensuring correct size with screw pin anchor shackles and wire rope Install on each wire rope a Dillon dynamometer (Edx-10k) or equivalent. This will monitor the tension of the wire rope, and allow for the users to tension wire rope when needed. Install system to prevent shifting of the purlins during repeated tensioning. Remove all harness hardware attached to the suspend harness platform and remove all the existing eyebolts used to hang harness hardware. Reinstall eyebolts using the proper spacers to inline the plane of the eyebolt to the load angle of the harness system when in use. A mandatory site visit has been set for 04 Sept 03, 10:00 P.M. EST Work schedule for the work to be preformed by contractor must be coordinated with and approved by the 479th FTG. All hardware must be approved by the Contracting Officer before installation.
- Place of Performance
- Address: 4380B Alabama Road, MOODY AFB GA
- Zip Code: 31699
- Country: USA
- Zip Code: 31699
- Record
- SN00414969-W 20030830/030828213343 (fbodaily.com)
- Source
-
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |