Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JANUARY 29, 2004 FBO #0793
SOLICITATION NOTICE

17 -- Maintenance Stands for KC-135R Aircraft

Notice Date
1/27/2004
 
Notice Type
Solicitation Notice
 
Contracting Office
121 ARW (AMC), Rickenbacker IAP, 7370 Minuteman Way, Columbus, OH 43217-5875
 
ZIP Code
43217-5875
 
Solicitation Number
W9136404R0003
 
Response Due
2/27/2004
 
Archive Date
4/27/2004
 
Point of Contact
mark.miesse, 614-492-4232
 
E-Mail Address
Email your questions to 121 ARW (AMC)
(mark.miesse@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 solicitation is issued under Request for Proposal (RFP) number W91364-04-R-0003. All proposals shall reference the RFP number and shall be submitted by 1:00 PM EST on 27 Feb 20 04. The anticipated award date is 12 Mar 2004, with a proposed delivery date of 120 days After Receipt of Order (ARO). Submit all proposals to CONTRACTING@ohcolu.ang.af.mil or fax to Contracting Office @ 614-492-4239, oral proposals/quotations will not b e accepted. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC 2001-19 (12 Jan 2004) DCN 20040113. This solicitation is issued as a 100% Small Business Set-Aside. The North Amer ican Industry Classification System Code (NAICS) 332999 size standard of 500. The 121st Air Refueling Wing, Ohio Air National Guard wishes to procure two (2) sets each of Boom, Cargo Door, Nose, Dry Bay, and Wing Stands to aid in the maintenance and inspe ction functions of the KC-135R aircraft. The approximate dimensions for the stands are as follows: Item no/Clin 0001: 2 Sets Each: Boom Stand for KC-135 R Aircraft Approximate Dimensions: 97 inches L X 49 inches W X 57.5 inches H. Item no/Clin 0002: 2 Sets Each: Cargo Door Stands for KC-135 R Aircraft Approximate Dimensions: 217 inches L X 144 inches W X 114 inches H. Item no/Clin 0003: 2 Sets Each: Nose Stand Assembly for KC-135 R Aircraft Approximate Dimensions: 303 inches L X 142 inches W X 120 inches H. Item no/Clin 0004: 2 Sets Each: Dry Bay Stand Assembly for KC-135 R Aircraft Approximate Dimensions: 180 inches L X 48 inches W X 59 inches H. Item no/Clin 0005: 2 Sets Each: Wing Stand Assembly for KC-135 R Aircraft (Set should consist of one RH stand and one LH Stand). Approximate Dimensions: 773 inches L X 134 inches W x 77.5 inches H. (All heights on sloping stands are at the highest point). Stands shall comply with the requirements of OSHA, AFOSH, and AWS standards for structural soundness and safety. The stands shall allow work functions to be performed on the KC-135 R Model Aircraft at various levels. All stands should be palletized and p repared for transport. Each stand has an adjustable height range of eight inches. Wing stands shall be adjustable to conform to the slope of the wings. Non-skid aluminum deck surfaces with swivel wheel casters that lock are mandatory. Floor will be rei nforced and spot-welded as necessary to prevent oil canning when personnel are walking on the surface. Each stand will have stairs mounted with handrails and will have a handrail around the upper platform. Stands must be wide enough for loading of large panels and parts, also allowing for several people to be on the stands at one time. The stand must be made of aluminum for easy movement and versatility, and bolted construction with zinc-plated hardware or equal is desirable. Wing Stands are to be desig ned to separate into two sections making storage more convenient within limited hanger space. Delivery and Acceptance Requirements: Stands should be delivered to the Ohio Air National Guard, 121 ARW/MS, C/O Base Supply, 7381 Zistel St, Bldg 872, Rickenbac ker IAP, Columbus OH 43217-5872. Solicitation provisions at FAR 52.212-1, Instructions to Offerors-Commercial Items (Oct 2000) is hereby incorporated by reference. IAW the solicitation provision 52.212-2, Instructions to Offerors ?????? Commercial Items (Jan 1999) the Government will award a contract resulting from this solicitation to the responsible contractor whose proposals conforming to the solicitation will be most advantageous representing the Best Value to Government price and other factors considered. The technical factors used to evaluate proposals will be; functionality of the stands, past performance and delivery terms. The technical factors will be rated equal to the cost factors. Evaluation of functionality shall be based on the following: Offerors shall provide specification sheets and dimensions with details entailing the requirements noted in the description listed above. The functionality should be described in sufficient detail for the Government to be able t o evaluate the technical capabilities of the proposed stands. The vendor shall identify the number of days it will take to provide the requested items. Failure to identify the number of days for delivery will indicate acceptance of a delivery date 120 da ys after award of the contract. Past Performance will be evaluated as follows: Evaluation of past performance shall be based on information provided in the proposal and any other information the Government may obtain by following up on the information pr ovided by the proposal and/or through other sources (i.e. quoters performance on previously awarded contracts and/or contracts with other Government entities). The proposal must identify three Federal, State or Local Government and private contracts for w hich the offeror has supplied similar services to those identified in this solicitation. References should include the most recent contracts completed within the last two years. The proposal shall provide a point of contact, current telephone numbers and fax numbers for each line item listed above. Offeror??????s are reminded to include a completed copy of provision FAR 52.212-3, Representations and Certifications ?????? Commercial Items, with their proposals. FAR 52.212-4, Contract Terms and Condition s Required to Implement Statues or Executive Orders ?????? Commercial Items, is hereby incorporated by reference. The following clauses within 52.212-5 apply to this solicitation and any resultant contract; 52.203-6, Restrictions on Subcontractor Sales to the Government, with Alternate I; Notice of Price Evaluation Preference for HUB Zone Small Business Concerns; 52.219-8, Utilization of Small Business Concerns and Small Disadvantage Business Concerns (15USC637); 52.222-21, Prohibition of Segregated Facili ties; 52.222-26, Equal Opportunity; 52.222-35, Affirmative Action for Special Disabled and Vietnam Era Veterans; 52.222-36, Affirmative Action for Workers with Disabilities; 52.222-37, Employment Reports on Special Affirmative Action for Workers with Disab ilities; 52.222-37, Employment Reports on Special Disabled Veterans and Veterans of the Vietnam Era; 52.222-19, Child Labor ??????Cooperation with Authorities and Remedies; 52.223-9, Estimate Percentage of Recovered Material Content for EPA Designated Prod ucts (42 U.S.C. 6962(c )(3)(A)(ii)); Alternate I of 52.223-9 (42 U.S.C. 69621 (i)(2)(C); 52.232-33, Payment by Electronic Funds Transfer??????Central Contractor Registration; The following additional clauses and provisions are incorporated by reference: 52 .247-34, F.O.B.- Destination; 52.252-1, Solicitation Provisions Incorporated by Reference; 52.252-2, Clauses incorporated by Reference; 252.204-7004, Required Central Contractor Registration; The following clauses within 252.225-7001 apply to this solicit ation and any resultant contract; 252.225-7014 Preference for Domestic Specialty Metals (MAR 1998) (10 U.S.C. 2241); 252.227-7015, Technical Data, Commercial Items; 252.243-7002, Request for Equitable Adjustment; 252.247-7023, 252.225-7000, Buy American Ac t??????Balance of Payments Program Certificate; Provision 252.225-7001, Buy American Act and Balance of Payments Program. The clause(s) incorporated by reference can be accessed in full text at the Web Site: http://www.arnet.gov/far. All proposals recei ved by the due date/time will be considered and contractors are highly encouraged to submit multiple proposals, which will be evaluated separately. Please subm it one (1) proposal per fax or e-mail. All proposals are due by 27 February 2004, 1:00PM EST to the 121 ARW Contracting Office by email to Contracting@ohcolu.ang.af.mil, or Faxed to 614-492-4239. Point of Contacts: Mark Miesse, Contracting Officer, 614-492-4232 (mark.miesse@ohcolu.ang.af.mil) Place of Performance: Address: 121 ARW/MS, 7381 Zistel St, Bldg 872, Rickenbacker IAP, Columbus OH Postal Code: 43217-5872. Country: USA
 
Place of Performance
Address: 121 ARW (AMC) Rickenbacker IAP, 7370 Minuteman Way Columbus OH
Zip Code: 43217-5875
Country: US
 
Record
SN00510764-W 20040129/040127212126 (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 |
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.