SOLICITATION NOTICE
58 -- C-5 ANViL Night Vision Goggle Modification Kits- Cockpit Only
- Notice Date
- 8/31/2005
- Notice Type
- Solicitation Notice
- NAICS
- 336413
— Other Aircraft Parts and Auxiliary Equipment Manufacturing
- Contracting Office
- Department of the Air Force, Air Mobility Command, AMC Contracting Flight (HQ AMC/A7KF), 507 Symington Drive Room W202, Scott AFB, IL, 62265-5015
- ZIP Code
- 62265-5015
- Solicitation Number
- FA4452-05-Q-A379
- Response Due
- 9/7/2005
- Archive Date
- 12/31/2005
- Small Business Set-Aside
- Total Small Business
- Description
- This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR 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. AMC Contracting Flight intends to solicit and award a firm-fixed price contract, under Federal Acquisition Regulation (FAR) Part 12 and 13. This is a 100% Small Business Set-Aside. The North American Industry Classification System (NAICS) for this acquisition is 336413 with a Small Business Size Standard of 1,000 employees. Please identify your business size in your response based upon this standard. The solicitation number for this announcement is Request for Proposal (RFP) FA4452-05-Q-A379. This requirement is for Brand Name or Equal, C-5 ANViL Night Vision Goggle Modification Kit- Flight Deck/Cockpit Only. The salient characteristics for an ?Equal? C-5 Night Vision Goggle Modification Kit- Flight Deck/Cockpit Only include: 1) Operational Environment- Technology will be used in USAF aircraft flight deck and cargo compartment during combat missions. Operating temperature range from minus 40 degrees Fahrenheit thru 120 degrees Fahrenheit. Must operate in the rated temperature range at high humidity up to 94 percent nominal. Function at cabin pressures equivalent to 25,000-foot altitude. Function safely during and after aircraft rapid decompression. Function during and after being subjected to vibration, shock, and acceleration as encountered during air, sea, and ground transportation. 2) Required Capabilities- Technology must be ruggedized and capable of being attached to and illuminate existing equipment and also provide filtered covering to existing non-NVG compatible lighting/warning systems that would be used in accomplishing USAF flights to include low level, airland and airdrop missions. Must be able to withstand extreme hot and cold temperatures. Must be able to withstand changes in humidity, temperature, barometric pressure changes, and vibration without decreasing capability. Must be easy to install and operate. Technology must be designed to be completely portable and capable of transferring between like aircraft. Technology must be capable of being installed on a C-5 aircraft flight deck and cargo compartment by USAF maintenance personnel within one-hour. Must be capable of sufficiently illuminating the C-5 cargo compartment with both NVG compatible lighting and Infrared (IR) flood lighting through user selectable switching. 3) Interface Requirements- Technology must be compatible with current aircraft systems. Kits must be tested and approved for use on government aircraft. Technology must be capable of being powered by the aircraft electrical system as well as system?s own internal battery. Technology should not require modification of aircraft systems. The quantity is 3 each. Delivery time is 30 days ARO at 436OSS/OSK, Attn: Tactics, Lt Col Nyenhuis, 201 Eagle Way, Suite 204, Dover AFB, DE 19901 on an FOB Destination basis. Information shall be provided in a format that reflects the price per item and a total price. Total cost shall include all shipping and handling. The Government reserves the right to cancel this solicitation, with no obligation to the offeror by the Government. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-03. The following clauses apply: FAR 52.211-6 Brand Name or Equal (Aug 1999) and FAR 52.214-21 Descriptive Literature (Apr 2002). The provision at FAR 52-212-1, Instructions to Offerors-Commercial Items applies to this acquisition. If proposing ?Equal? products be sure to submit documentation, which demonstrates the item?s compliance with the salient characteristics as mentioned above. Only one award will be made to the lowest price technically acceptable offeror who meets the requirement. Offerors are required to submit a completed copy of FAR 52.212-3, Offeror Representations and Certification ? Commercial Items, with their offer. The clause at 52.212-4, Contract Terms and Conditions ? Commercial Items, applies to this acquisition. The clause at 52.212-5, Contract Terms and Conditions Required to Implement Statutes Or Executive Orders ? Commercial Items, applies to this acquisition, with the following clauses: 52.203-6, Restrictions on Subcontractor Sales to the Government with Alternate I; 52.219-23, Notice of Price Evaluation Adjustment for Small Disadvantage Business Concerns; 52.222-3, Convict Labor; 52.222-19, Child Labor?Cooperation with Authorities and Remedies; 52.222-21 Prohibition of Segregated Facilities; 52.222-26, Equal Opportunity; 52.222-35, Affirmative Action for Special Disabled Veterans, Veterans of the Vietnam Era and Other Eligible Veterans; 52.222-36, Affirmative Action for Workers with Disabilities; 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era and Other Eligible Veterans; 52.222-39, Notification of Employee Rights Concerning Payment of Union Dues or Fees; 52.225-13, Restrictions on Certain Foreign Purchases; 52.232-33, Payment by Electronic Funds Transfer - Central Contractor Registration. The clause at DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items, applies to this acquisition with the following clauses: FAR 52.203-3, Gratuities; DFARS 252.225-7001 Buy American Act and Balance of Program; 252.225-7036, Buy American Act ? Free Trade Agreements ? Balance of Payments Program; 252.227-7015, Technical Data--Commercial Items; 252.227-7037, Validation of Restrictive Markings on Technical Data; 252.232-7003, Electronic Submission of Payment Requests; 252.243-7002, Requests for Equitable Adjustment; and 252.247-7023, Transportation of Supplies by Sea. This is a DO rated order under the Defense Priorities and Allocations System (DPAS). All offers are due to this agency no later than 12:00 noon, Central Standard Time (CST), 7 September 2005. Send all offers to Keri Lindsco, 507 Symington Dr. Rm W202, Scott AFB, IL 62225-5022, or by facsimile to 618-256-3091, or e-mail to Keri.Lindsco@scott.af.mil. To view the clauses in full text, visit www.arnet.gov. Vendors must be approved and registered in Central Contractor Registration (www.ccr.gov) before award can be made.
- Record
- SN00883823-W 20050902/050831212424 (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 |