Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 08, 2010 FBO #3087
SOLICITATION NOTICE

40 -- Harness Cable Assembly - Technical Drawings

Notice Date
5/6/2010
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
423840 — Industrial Supplies Merchant Wholesalers
 
Contracting Office
Department of the Air Force, Air Combat Command, 99 CONS, 5865 Swaab Blvd, Nellis AFB, Nevada, 89191-7063, United States
 
ZIP Code
89191-7063
 
Solicitation Number
F3G2EB0076AG01
 
Archive Date
6/1/2010
 
Point of Contact
Stephen M. Colton, Phone: 702-652-9576
 
E-Mail Address
Stephen.Colton@nellis.af.mil
(Stephen.Colton@nellis.af.mil)
 
Small Business Set-Aside
N/A
 
Description
Technical Drawings 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. SOLICITATION #: F3G2EB0076AG01 This combined synopsis/solicitation is issued as a Request For Quotes NAICS: 423840 This combined synopsis/solicitation is being issued as unrestricted. Nellis AFB, Las Vegas, NV requires the following service: CLIN 0001 Cable Harness Assembly Cable Assembly to be made and load test in accordance 17 EA with the attached technical orders and required specifications CLIN 0002 Freight In Freight costs involved in shipping the Govt. furnished 1 LOT property to the contractor's facility from Nellis AFB Las Vegas, NV 89191 CLIN 0003 Freight Out Freight costs involved in shipping the Govt. furnished 1 LOT property from the contractor's facility to Nellis AFB Las Vegas, NV 89191 The contractor shall cut cable to the specified lengths, assemble them, and load test each leg of the cable assembly to the required weight load of 3840 pounds. ***All quotes are to include the cost of shipping the Government furnished property to the contractor's place of business and then back to Nellis AFB.*** *** Please Note that it is the contractor's responsibility to ensure that all cable assemblies comply with the technical drawings and meet the required specifications, to include load testing.*** The drawings are for the cable assembly, which is comprised of four legs of cable, connected by a link block. The assembly is installed in the ceiling of a HH-60 helicopter. The cables are used for the crew members to connect to with belts designed to do so. This enables the crew members to move about the cabin and lean out of the helicopter as needed without worrying about falling out. The drawings show how long the cables are to be and how to be assembled. Each of the specification sheets are broken down to show the different lengths of the cables and different connectors each leg is to be assembled with. ALL MATERIALS WILL BE SUPPLIED BY 763MXS MINUS SWAGES AND IDENTIFYING TAGS. The CONTRACTOR IS TO MEASURE AND CUT 1/4 INCH STEEL CABLE. ASSEMBLE ALL SUPPLIED MATERIALS TO INCLUDE CRIMPING (NOT PROVIDED) TO HOLD 2 ENDS OF 1/4 INCH CABLE PER MIL-T-6117 AND LOAD TEST ENTIRE ASSEMBLY TO 3,840 LBS, PER MIL-C-5688. EACH ASSEMBLY NEEDS TO BE INDENTIFIED WITH A METAL TAG NO BIGGER THAN 1"X2" INDICATING LOAD TEST POUNDAGE (3,840LBS) AND DATE ACCOUPLISHED. *SEE ATTACHMENT FOR TECHNICAL DRAWINGS* This is a firm fixed price type contract. The requirement will be solicited and evaluated under FAR 13.5 Simplified Acquisition Procedures. The following provisions and clauses (current through FAC 2005-40 effective 22 April 2010) are applicable to subject solicitation: FAR 52.204-7 - CCR, FAR 52.212-1 - Instructions to Offerors, 52.212-3 - Offeror Representations and Certifications - Commercial Items, FAR 52.212-4 - Terms and Condition - Commercial, FAR 52.212-5 Dev - Statutes/Exec Orders, FAR 52.219-1 (Alt I) - Small Business Program Representation,, FAR 52.219-28 - Post-Award Small Business Program Representation, FAR 52.222-3 - Convict Labor, FAR 52.222-49 - Service Contract Act -Place Of Performance Unknown, 52.222-42 - Statement of Equivalent Rates for Federal Hires, FAR 52.225-13 - Restrictions on Foreign Purchase, FAR 52.232-1 - Payments, 52.232-33 - Payment by EFT - CCR, FAR 52.233-1 - Disputes, FAR 52.233-3 - Protest after Award, FAR 52.233-4 - Applicable Law for Breach of Contract Claim, FAR 52.243-1 - Changes - Fixed Price, FAR 52.245-1- Government Property, FAR 52.245-9-Use and Charges, FAR 52.247-34 - FOB Destination, FAR 52.249-1 - Termination for Convenience (Fixed Price), FAR 52.252-1 - Provisions Incorporated by Reference, FAR 52.252-2 - Clauses Incorporated by Reference, FAR 52.252-5 - Authorized Deviations in Provisions, FAR 52.252-6 - Authorized Deviations in Clauses, DFARS 252.204-7003 - Control of Government Personnel Work Product, DFARS 252.204-7004 Alt A - Required Central Contractor Registration, DFARS 252.212-7001 - Dev Terms and Conditions, DFARS 252.225-7000 - Buy America Act - Balance of Payments Program, DFARS 252.225-7002 - Qualifying Country Sources as Subcontractors, DFARS 252.232-7003 - Electronic Submission of Payment Requests, DFARS 252.232-7010 - Levies on Contract Payments, DFARS 252.243-7001 - Pricing of Contract Modifications, AFFARS 5353.201-9101 - Ombudsman, IAW FAR 52.204-7and DFARS 252.207-7004 Alt A, prospective vendors must be registered in the CCR database prior to contract award. Lack of CCR registration shall be a determining factor for contract award. Prospective vendors should visit the CCR website at http://www.ccr.gov/Start.aspx to register. IAW FAR 52.212-3, Offeror Reps and Certs - An offeror shall complete only paragraph (b) of this provision if the offeror has completed the annual representations and certifications electronically at http://orca.bpn.gov. If an offeror has not completed the annual representations and certifications electronically at the ORCA website, the offeror shall complete only paragraphs (c) through (m) of this provision and must submit these paragraphs with their proposal. Contract award will be made to the responsive offeror whose offer will result in the best value to the government, with price and delivery being the considerations. This is an "all or none" requirement and will be awarded on one contract. Multiple contracts will not be issued. Vendors who do not quote the entire package requested will be considered non-responsive and their quote will not be evaluated. All quotes shall include the following minimum information: Cage Code, Duns Number, Taxpayer I.D. No., Payment Terms, and/or Discount Terms, Offerors Reps and Certs, Point of Contact, Phone, Fax, Email and Proposed Delivery Schedule. All responsible sources may submit a quotation which shall be considered. Quotations may be emailed to stephen.colton@nellis.af.mil no later than 17 May 2010..
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/ACC/99CONS/F3G2EB0076AG01/listing.html)
 
Place of Performance
Address: Contractor Location, United States
 
Record
SN02142854-W 20100508/100506235450-5f70e1ac0ffaf01d7eb3258e0ab80ebd (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.