Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 09, 2006 FBO #1686
SOLICITATION NOTICE

17 -- F22 MAINTENANCE TAIL STAND

Notice Date
7/7/2006
 
Notice Type
Solicitation Notice
 
NAICS
332999 — All Other Miscellaneous Fabricated Metal Product Manufacturing
 
Contracting Office
Department of the Air Force, Air Combat Command, 99 CONS, 5865 Swaab Blvd, Nellis AFB, NV, 89191-7063
 
ZIP Code
89191-7063
 
Solicitation Number
FA4861-06-Q-B013
 
Response Due
8/7/2006
 
Archive Date
8/22/2006
 
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 the additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. This requirement FA4861-06-Q-B013, is issued as a Request for Quotation (RFQ). This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-09. The NAICS for this solicitation is 332999. The size standard for a small business under this NAICS code is 500 employees. This is 100% small business set-aside solicitation. This is a commercial request for F-22A Maintenance Tail Stands (4 each). These tail stands need to support 2 people (500 lbs). They should be fabricated from steel tube and have tread grip strut. Must have rubber padding to protect all edges that could make contact with the aircraft. Requires locking casters. Must be for relocation to different hangars for maintenance. Requires fall protection (rails) and must comply with OSHA and AIR FORCE SAFETY STANDARDS. Elevate to 90? and 130?. Stairs should incline to 55 degrees and have a tread width of 24?. Working platform shall be 124? wide. The F-22A aircraft has a unique canted design vertical stabilizer and larger horizontal stabilizer that make it difficult and unsafe for maintainers to use standard maintenance stands. A one time only site visit will be held Wednesday, 19 July 2006 at Nellis AFB, Nevada, no exception. Any visitors intending to come must provide Name, SSAN, date of birth, vehicle information (if rented state that ) license/tag number and state registered. This information must be sent to Laurie Banks no later than 14 July 2006, 2:00 P.M. Pacific Daylight Savings Time. Time scheduled for site visit will be 10:30 A.M. Visitors will be met at the front gate no earlier than 10:00 A.M. All personnel driving a vehicle shall be able to provide a drivers license, registration and proof of insurance. The site visit shall be limited to two hours. Technical personnel will be available to answer questions. Cameras will not be allowed on or near the flight line and pictures will not be taken. Phone cameras will be turned off. A conference room will be provided after viewing the aircraft for questions and answers. Quotes should be in the following format: price for each item independently, shipping cost (if any), delivery time, a drawing /schematic shall be provided with offer (these should be able to be sent via the internet). Award Basis: Best Value. The following factors will be used to evaluate the offer: Technical Capability, Price, and delivery schedule. Federal Acquisition Regulation (FAR) provision 52.212-1, Instructions to Offerors-Commercial, applies to this solicitation. FAR provision 52.212-2, Evaluation-Commercial Items, is also applicable. In addition to the price list and drawing, offerors shall submit with their offer a completed copy of FAR provision 52.212-3, Offeror Representations and Certifications-Commercial Items with Alternate I. The following clauses apply to this solicitation and resulting award: FAR 52.212-4, Contract Terms and Conditions-Commercial Items; FAR 52.212-5 (Deviation), Contract Terms and Conditions Required to Implement Statues or Executive Orders-Commercial Items {Defense Federal Acquisition Regulation Supplement (DRARS) Deviation}; FAR 52.222-3, Convict Labor; FAR 52.222-13, Prohibition of Segregated Facilities, FAR 52.222-26, Equal Opportunity; FAR 52.222-35, Affirmative Action for Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans; FAR 52.222-36, Affirmative Action for Workers with Disabilities; FAR 52.222-37, Employment Reports on Special Disabled Veterans on the Vietnam Era; FAR 223-4, Recovered Material Certification; FAR 52.223-9, Percentage of Recovered Material Content for EPA-Designated Products; FAR 52.232-33, Mandatory Information for Electronic Funds Transfer Payment; FAR 52.233-3 Protest After Award; FAR 52.243-1, Changes-Fixed Price; DFAR 252.203-7001, Prohibition on Persons Convicted of Fraud or Other Defense-Contract Felonies; DEFAR 252.204-7004, Required Central Contractor Registration; DFAR 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items; DFAR 252.225-7001, Buy American Act and Balance of Payments Program; DFAR 252.225-7002, Qualifying Country Sources as Subcontractors and AFFARS 5352.201-9101, Ombudsman. All contractors must be registered in the Central Contractor Registration (CCR) database to receive a DOD award or payment. Lack of registration in CCR will make an offeror ineligible for award. Information concerning clauses and provision incorporated by reference may be obtained at http://farsite.hill.af.mil. Quotes are due on or before 4:30 P.M., Pacific Daylight Time, on 7 August 2006. Electronic quotes are preferred. Fax the quote (including Reps and Certs) to Laurie Banks at (702) 652-5405 or e-mail at laurie.banks@nellis.af.mil.
 
Record
SN01084434-W 20060709/060707220831 (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.