MODIFICATION
16 -- Five Stand Tail Stand for C-130
- Notice Date
- 9/23/2004
- Notice Type
- Modification
- NAICS
- 336413
— Other Aircraft Parts and Auxiliary Equipment Manufacturing
- Contracting Office
- Department of the Air Force, Air Education and Training Command, Maxwell AFB Contracting Squadron, 50 LeMay Plaza South Bldg 804, Maxwell AFB, AL, 36112-6334
- ZIP Code
- 36112-6334
- Solicitation Number
- F13ACB42441700
- Response Due
- 9/28/2004
- Archive Date
- 10/13/2004
- Point of Contact
- Shawn Edwards, Contract Specialist, Phone 334-953-5227, Fax 334-953-3527, - Kevin Drummond, Contracting Officer, Phone 334-953-3531, Fax 334-953-2453,
- E-Mail Address
-
shawn.edwards@maxwell.af.mil, kevin.drummond@maxwell.af.mil
- Small Business Set-Aside
- Total Small Business
- Description
- THIS SOLICITATION HAS BEEN CHANGED SIGNIFICANTLY, PLEASE READ IT ENTIRELY. This is a combined synopsis/solicitation for a commercial item prepared in accordance with the format in the Federal Acquisition Regulation (FAR) Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; a quote is being requested and a written solicitation will not be issued. Purchase Request number is F13ACB42441700 as a Request for Quote (RFQ) using Simplified Acquisition Procedures under the Test Program for Certain Commercial Items found at FAR Subpart 13.5. The solicitation document and incorporate provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2001-24 (19 July 2004) and Defense Federal Acquisition Regulation Supplement (DFARS) change notice 20040917. It is the offeror?s responsibility to be familiar with applicable clauses and provisions. This acquisition is for the purchase of a five-stand configuration tail stand for C-130 aircraft. STATEMENT OF OBJECTIVES (SOO): The tail stand shall provide access to the tail of the aircraft for maintenance purposes. The offeror must provide a technical solution to include specifications and drawing (s) detailing the dimensions and composition of the stand being proposed and expected delivery date. Offerors must provide prices for the following contract line item numbers: 001. Tail Stand 5 STD Configuration, 002. Commercial Manual, and 003. Installation of the tail stand. Delivery (FOB Maxwell AFB, AL) and installation of the tail stand must be included. Award will be made based on an evaluation of the offeror?s 1. technical solution; 2. price; and 3. offeror?s past performance on similar efforts. The weight of each of the three previous evaluation factors will be equal. To be considered ?similar? the effort must have been for the manufacture of a tail stand for any military aircraft. This requirement is for the 908th MXG at Maxwell AFB AL. The acquisition is 100% set-aside for small business concerns. The North American Industrial Classification System Code is 336413 with a small business size standard of 1000 employees. The following clauses and provisions are incorporated by reference and are to remain in full force in any resultant purchase order; FAR 52.212-1, Instructions to Offerors, Commercial Item (Jan 2004) applies to this acquisition. Submit signed and dated quotes on company letterhead. The Government will make an award to the lowest priced, responsible, contractor whose quote conforms to the solicitation. The contractor must be registered in the Central Contractor Registration database and Wide Area Workflow. Offerors must include a completed copy of the provision at FAR 52.212-3, Offeror Representations and Certifications-Commercial Items (May 2004), 52.212-3 Alternate 1 (Apr 2002), DFARS 252.212-7000, Offeror Representations and Certifications?Commercial Items (Nov 1995) and DFARS 252.225-7000, Buy American Act-Balance of Payment Program Certificate (Apr 2003) with the quote. Clauses and provisions may be accessed via the internet, http://farsite.hill.af.mil. The clause at FAR 52.212-4 Contract Terms and Conditions-Commercial Items (Oct 2003) is incorporated into this RFQ and is amended to add the following clauses: FAR 52.204-4, Printed or Copied Double-Sided on Recycled Paper (Aug 2000) and FAR 52.204-7 Central Contractor Registration (Oct 2003). FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (June 2004). The following additional FAR clauses under paragraph (b) are applicable: 52.203-6, Restrictions on Subcontractor Sales to the Government (Jul 1995); 52.219-6, Notice of Total Small Business Set-Aside (June 2003); 52.219-8, Utilization of Small Business Concerns (May 2004); 52.219-14, Limitations on Subcontracting (Dec 1996); 52.222-3, Convict Labor (June 2003); 52.222-19, Child labor (June 2004); 52.222-21, Prohibition of Segregated Facilities (Feb 1999); 52.222-26, Equal Opportunity (Apr 2002); 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Dec 2001); 52.222-36, Affirmative Action for Workers With Disabilities (June 1998); 52.222-37, Employment Report on special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Dec 2001); 52.225-13 Restrictions on Certain Foreign Purchases (Dec 2003); 52.232-33 Payment by Electronic Funds Transfer?Central Contractor Registration (Oct 2003); 52.247-64, Preference for Privately Owned U.S. (Apr 2003); DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders (Jun 2004) applies to this acquisition, and specifically the following clauses under paragraphs (a) and (b) are applicable: 52.203-3, Gratuities (Apr 1984); 252.225-7001, Buy American Act and Balance of Payments Program (Apr 2003); 252.225-7012, Preference for Certain Domestic Commodities (Jun 2004); 252.243-7002, Request for Equitable Adjustment (Mar 1998); and 252.247-7023, Transportation of Supplies by Sea (May 2002). 52.228-5 Insurance ? Work on a Government Installation applies; the following minimum insurance requirements shall be obtained at the Contractor?s expense as stated in FAR 28.307: at least $100,000 Employer Liability, at least $500,000 General Liability and at least $200,000 per person and $500,000 per occurrence for bodily injury and $20,000 034 occurrence for property damage of Automobile Insurance. The following DFARS clauses are hereby incorporate into this solicitation: 252.225-7002, Qualifying Country Sources and Subcontractors (Apr 2003); 252.22507-7014, Preference for Domestic Specialty Metals (Apr 2003); 252.225-7014, Alternate I (Apr 2003); DFARS 252.204-7004, Alternate A (Apr 2003). AFFARS 5352.223-9001 Health and Safety on Government Installations applies. The Defense Priorities and Allocations System rating is C9E. A due date for offers will be Noon, Central Daylight Time (CDT), 28 Sep 2004. Offers may be mailed to 42d Contracting Squadron, 50 LeMay Plaza South, Bldg 804, Maxwell AFB AL 36112-6334 or faxed to 334-953-3527, ATTN: TSgt Shawn Edwards, or emailed to shawn.edwards@maxwell.af.mil. Reference the Purchase Request number. Please email or fax any questions/comments to TSgt Shawn Edwards (fax and email information above).
- Place of Performance
- Address: Maxwell AFB, AL
- Zip Code: 36112
- Country: US
- Zip Code: 36112
- Record
- SN00680408-W 20040925/040923211949 (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 |