Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 23, 2007 FBO #2096
SOLICITATION NOTICE

17 -- KC-135 CARGO DOOR AND CROWN ACCESS MAINTENANCE STAND

Notice Date
8/21/2007
 
Notice Type
Solicitation Notice
 
NAICS
336413 — Other Aircraft Parts and Auxiliary Equipment Manufacturing
 
Contracting Office
USPFO for Maine, Camp Keyes, Augusta, ME 04333-0032
 
ZIP Code
04333-0032
 
Solicitation Number
W912JD07T2015
 
Response Due
9/5/2007
 
Archive Date
11/4/2007
 
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 synopsis/solicitation number is W912JD-07-T-2015 and is being used as a Request for Quote (RFQ). i. This solicitation document and incorporated provisions and clauses are whose in effect through Federal Acquisition Circular 2005-19. ii. This acquisition is 100% set-aside for small businesses. The associated NAICS code is 336413 with a 500 employee size standard. iii. CLIN 0001 Provide 1 EA - KC-135 Refueling Aircraft Cargo Door Stand with the ability to access the top of the Aircraft. The work stand is to support one aircraft dock. The key objectives are as follows: 1. Provide access to the cargo door and an access ladder/stairs to the crown of the Aircraft of the KC-135 in order to accomplish Phase Inspection. 2. Provide fall protection for workers performing maintenance on the aircraft. 3. Provide an easily maintainable work stand that is easy to move fro m storage locations, position around the aircraft, and reduce the stand set-up and removal times. Stand shall comply with safety standards AFOSH 91-501 Chapter 7 and OSHA 29 CFR 1910. Stand shall be capable of entering the building through the hangar doo rs across door tracks. Stand section and stairway shall support the working loads (number of personnel) specified by OSHA Standards and AFOSH Standard 91-501 Para. 7.4.2.2. The stand shall be moveable on swivel casters with 90-degree locks. Casters shal l be minimum of 8-inches in diameter, designed to swivel when in the unlocked position, have foot guards to prevent personnel feet from being caught under the caster, and have a foot operated locking device, which contacts the entire width of the wheel. C asters shall have bearings. Casters shall be designed to support four times the working load or 8000 pounds and be rated for 5 miles per hour towing speed. Casters shall have tires made of solid polyurethane molded on a cast wheel and shall be resistive to chemicals. Caster wheels shall have a corrosion resistive coating. Casters shall mate with the steel base frame. Platform decking shall be with a spray on anti-skid, non-bounce material approved for walkway use. Design, construction methods and mate rials used in the manufacture of the work stand set and components shall be for maximum access and safety with ease of maintenance to provide a durable and sustainable stand set for a desired useful life of 20 years minimum. Components and hardware must b e off the shelf items to the fullest extent possible to ease replacement of parts while minimizing downtime. The work stand will be used indoors on paved aircraft hangar area and stored outside on the paved aircraft ramp when not in use. The stands will be used and stored in all weather conditions, and all components shall withstand corrosion and temperatures from 72?F to +140?F as a minimum and have ultraviolet protection. Work stand set will be transported by using both material handling vehicles, suc h as warehouse tugs, from storage locations to the building openings and by manual means from the building openings to their position around the aircraft. Contractor shall design the stand to minimize damage to the stand sections, personnel, facility and aircraft by either transportation method. Work stand shall be designed to allow for easy set-up. A pintle tow bar shall be provided with a means to store and mechanically secure it on the stand section when not in use. Install a sign on the work stand n ear the tow bar stating; Maximum Tow Speed 5 mph. Install a separate sign stating; CAUTION  Before Towing, Latch Pintle, Close Trip Lock and Install Pin. Manual transport of work stand is required for sma ller distance movements (i.e. locating stand around the aircraft, adjusting the configuration, or removing stand from aircraft). Work stand shall be designed for ease of manual transport by four (4) workers. iv. Delivery will be to Bangor Air National Guard, Bangor, ME within 90 days of issuance of the purchase order. Prices should include delivery to Bangor, ME. Offerors must provide warranty information specific to equipment. v. The following clauses and provisions are incorporated and will remain in full force in any resultant award. (Full text of clauses and provisions may be accessed electronically at http://farsite.hill.af.mil) FAR 52.212-1, Instructions to Offerers -Comm ercial. FAR 52.212-2, Evaluation-Commercial Items Evaluation. The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the government, price a nd other factors considered. FAR 52.212-4, Contract Terms and Conditions-Commercial Item. FAR 52.212-5 Deviation, Contract Terms and Conditions Required to Implement Statutes or Executive Orders to include: FAR 52.222-19 Child Labor-Cooperation with Auth orities and Remedies; FAR 52.222-21, Prohibition of Segregated Facilities; FAR 52.222-26, Equal Opportunity; FAR 52.222-36, Affirmative Action for Workers With Disabilities; FAR 52.222-3, Convict Labor; FAR 52.225-13, Restriction on Certain Foreign Purchas es; FAR 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration. FAR 52.219-6, Notice of Total Small Business Set-Aside; FAR 52.247-34, F.O.B. Destination. FAR 52.252-1, Solicitation Provisions Included by Reference, http://farsi te.hill.af.mil. FAR 52.252-2, Clauses Included by Reference, http://farsite.hill.af.mil. FAR 52.253-1, Computer Generated Forms. DFARS 252.204-7003, Control of Government Personnel Work Product. DFARS 252.204-7004 Alt A, Central Contractor Registration (52.204-7) Alternate A. DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items to include: DFARS 252.225-7001, Buy American Act and Balance of Payments P rogram. DFARS 252.225-7002, Qualifying Country Sources as Subcontractors. DFARS 252.232-7003, Electronic Submission of Payment Requests. Department of Defense (DoD) Appropriations Act of 2001, Section 1008 Electronic Submission and Processing of Claims for Contract Payments requires that any claim for payment under a DoD contract shall be submitted in electronic form. Wide Area Workflow Receipt and Acceptance (WAWF-RA) is the DoD system of choice for implementing this statutory requirement. Use of the basic system is at NO COST to the contractor and training will be provided. Information available at no cost is located at http://www.wawftraining.com. DFARS 252.246-7000, Material Inspection and Receiving Report. DFARS 252.247-7023 Alt III, Transportat ion of Supplies by Sea Alternate III. vi. Response to this combined synopsis/solicitation must be received via e-mail, fax or mail no later than 3:00 PM Eastern Standard Time on 5 Sep 2007. Responses should be marked with the RFQ number W912JD-07-T-2015. Responses shall provide a set of con cept drawings either electronically or on paper, depending on the form of proposal submission. vii. Address questions to Patrick Nott, Contracting Officer, at (207)990-7419, fax (207)990-7482 or e-mail patrick.nott@mebngr.ang.af.mil.
 
Place of Performance
Address: Maine Air National Guard 104 Glenn Avenue, Suite 496 Bangor ME
Zip Code: 04401
Country: US
 
Record
SN01379826-W 20070823/070822070721 (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.