Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 19, 2012 FBO #3890
SOLICITATION NOTICE

17 -- Proof Load Test Stand for the Rotary Launcher Adapter - Attachments

Notice Date
7/17/2012
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
339999 — All Other Miscellaneous Manufacturing
 
Contracting Office
Department of the Air Force, Pacific Air Forces, 36 CONS - Andersen, Unit 14040, Andersen AFB, 96543-4040
 
ZIP Code
96543-4040
 
Solicitation Number
F1C2MX2110A001-1
 
Archive Date
8/7/2012
 
Point of Contact
Gillian B. David, Phone: 6713666603
 
E-Mail Address
gillian.david@us.af.mil
(gillian.david@us.af.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
Attachment 2 Attachment 1 Attachment 1 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; quotes are being requested and a written solicitation will not be issued. This solicitation, F1C2MX2110A001-1 is being issued as a Request for Quotation (RFQ). This solicitation document and incorporated provisions and clauses are th ose in effect through Federal Acquisition Circular (FAC) 2005-56. This procurement is a 100% Small Business set-aside IAW FAR 19.502-2. The NAICS code is 339999. The following non-developmental commercial item is request in this solicitation: STATEMENT OF WORK CLIN - 0001 - QTY 1 ea PROJECT TITLE: Proof Load Test Stand for the Rotary Launcher Adapter 1. LOCATION: The work is located at the 36 Maintenance Squadron/MXMR, Unit 14012 Bldg. 18006 APO AP, GU 96543-4012. 2. DELIVERY/SHIP TO LOCATION: The Rotary Launcher Adapter (RLA) Proof load Test Stand is to be shipped to DLA Distribution San Joaquin Consolidation and Containerization Point, Whse 30 25600 Chrisman Road Tracy, CA 95376. 3. REQUIREMENT: The contractor must provide the required tools, labor, materials, and equipment to successfully provide the Proof Load Test Stand. The proof load test stand ensures the structural integrity of the repaired RLA's and a equipment necessary to test if the RLA's have been repaired correctly and can be commissioned to service. The proof load test stand shall meet the requirement as depicted in the attached blueprint pages 41 - 43 and in accordance with Technical Order 35D-2-2 paragraph 10.5.8.2, TEST #2 for three Rotary Launcher Adapters that were repaired for structural damage. The proof load stand must with stand a total weight of 9,000 +/- 100 lbs; this weight simulates the weight of the piece of equipment that will be placed on the RLA. To ensure the structural integrity of the proof load stand, the stand must be tested prior to shipment with the specified weight criteria explained in this paragraph. Additionally, required supporting documentation is needed, to ensure the stand was tested to the desired weight of (9,000 +/- 100 lbs.), this provides the proof of testing and historical records for unit; warranty documentation will also need to be included, clarifying the length of the warranty and the coverage. Furthermore, upon arrival if the test stand is found damaged, fabricated incorrectly IAW the blue prints, or does not meet the intent, than the company will be held solely responsible for all return shipment cost. **Note: This requirement is only the Proof Load Test Stand** 4. DELIVERY PERIOD: The Proof Load Tester shall be shipped NLT 30 days after completion of fabrication and test. The item has to be shipped to the address stated under Item 2. 5. PROPOSAL REQUIREMENTS: Narrative of the proposal indicating in detail the materials considered significant for this requirement for technical evaluation purposes. Provide an overview of the technical approach and proposed testing methodology for the Proof Load Test Stand. Provide a schedule for fabrication, testing, and delivery for the requirement. ATTACHMENT 1 - Technical Order 35D-2-2 ATTACHMENT 2 - RLA Blueprints Items should be shipped 30 Days after completion of fabrication and testing, FOB: Destination for delivery to Tracy, CA. Offers will be evaluated and awarded to the responsible Offeror whose offer represents the best value to the Government based upon Technical specifications described in the subject CLIN and Price. The following provisions and clauses apply to this acquisition: The provision at FAR 52.212-1, Instructions to Offerors--Commercial Items. FAR 52.212-2, Evaluation - Commercial Items Evaluation (Jan 1999). 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 and other factors considered. The following factors shall be used to evaluate offers in the following relative order of importance: 1. Technical capability of the item offered to meet the Government requirement. 2. Price - The Government will evaluate the total price of the offer for award purposes. Technical and performance factors, when combined, are significantly more important than price. The provision at FAR 52.212-3, Offeror Representations and Certifications -- Commercial Items, and the offeror must include a completed copy of this provision with their proposal. The clause at FAR 52.204-7, Central Contractor Registration; 52.212-4, Contract Terms and Conditions-Commercial Items; FAR 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders--Commercial Items. Specifically, the following clauses cited are applicable to this solicitation: FAR 52.219-6, Notice of Total Small Business Set-Aside; FAR 52.222-26, Equal Opportunity; FAR 52.222-35, Equal Opportunity for Special 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, Veterans of the Vietnam Era, and Other Eligible Veterans; 52.222-50, Combating Trafficking in Persons; 52.233-3 Protest After Award; 52.233-4 Applicable Law for Breach of Contract Claim; 52.249-1 Termination for Convenience of the Government (Fixed-Price) (Short Form). The clause at DFARS 252.203-7005, Representation Relating to Compensation of Former DoD Officials; 252.204-7004, Required Central Contractor Registration; DFARS 252.212-7000 Offeror Representations and Certifications - Commercial Items; DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statues or Executive Orders applicable to Defense Acquisitions of Commercial Items(Deviation); DFARS 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports; DFARS 252.232-7010, Levies on Contract Payments; DFARS 252.225- 7001, Buy American Act and Balance of Payment Program. The Government reserves the right to award on a multiple award or an all or none basis. All firms must be registered in the Central Contractor Registration database @ www.ccr.gov and shall be considered for award. All quotes must be sent to Gillian David at e-mail gillian.david@us.af.mil. Oral Quotes will not be accepted. Responses to this RFQ must be received via e-mail, by Monday 23, 2012, 4:00pm Eastern Standard Time.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/PAF/36CONS/F1C2MX2110A001-1/listing.html)
 
Place of Performance
Address: Guam, United States
 
Record
SN02805010-W 20120719/120717235126-50eb4ded57f39b29f6d16299535a2946 (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.