MODIFICATION
39 -- AIRCRAFT LOADING RAMP SYSTEMS
- Notice Date
- 9/5/2012
- Notice Type
- Modification/Amendment
- NAICS
- 331316
— Aluminum Extruded Product Manufacturing
- Contracting Office
- 114 FW/MSC, South Dakota ANG, 1201 West Algonquin Street, Sioux Falls, SD 57104-0264
- ZIP Code
- 57104-0264
- Solicitation Number
- F9A3LS2172A001
- Response Due
- 9/7/2012
- Archive Date
- 11/6/2012
- Point of Contact
- Greg Johnson, 605-988-5932
- E-Mail Address
-
114 FW/MSC
(gregory.johnson.5@ang.af.mil)
- 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 announcement is being issued as a request for quotation (RFQ) F9A3LS2172A001 and constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC 2005-60. This combined synopsis/solicitation is set-aside 100% for small business. North American Industrial Classification Standard 331316 applies to this solicitation; business size standard is 750 employees. The South Dakota Air National Guard intends to issue a firm fixed priced purchase order for the purchase and delivery of Aircraft Assist Loading Ramp Systems and Ramp Support Stands. Please refer to the specifications listed below for the equipment needed. 0001: (2) DOMOPS Airlift Modular Approach Shoring (DAMAS) Portable Aluminum Aircraft Loading Ramp Systems rated up to 20000 lbs per paired ramp section used as approach shoring to load vehicles or rolling equipment into C5, C17 and C130 aircraft. Each system must be ATTLA (Air Transportability Test Loading Agency) Certified for C130, C17, and C5 aircraft and be designed to rest on the ground and the aircraft cargo ramp. The ramp system must be a non-skid (no-slip) dual track design so that the tracks can be moved to accommodate the width of the vehicle or rolling equipment being loaded. Each track should be approximately 36 inches wide and consist of two ramps approximately 94 inches long, two ramp pads, one 13-15 inch stand, and two wedges approximately 18 inches long. The pads and wedges are needed to reduce the PSI or footprint on the ground and the aircraft cargo ramp. When the individual components are connected together they should form a track that is approximately 17-19 feet long. No additional Ramp Support Stands are required. Please refer to figure 4 on the attached DAMAS Specs document for a description of the ramp system we are looking for. The components needed for each system include (4) ramps (Q5466), (4) ramp pads (Q5467), (2) 13-15 inch Stands (Q6030), and (4) 18 inch Wedges (Q5481). Offers will be evaluated based on lowest priced technically acceptable. Offerors shall provide the unit price for each Aircraft Assist Loading Ramp System and Ramp Support Stand inclusive of shipping costs to be delivered FOB Destination to the South Dakota Air National Guard, 1201 West Algonquin St, Sioux Falls, SD 57104-0264. The selected Offeror must comply with the following commercial item terms and conditions, which are incorporated herein by reference: FAR 52.204-99, System for Award Management Registration (Aug 2012); FAR 52.204-10, Reporting Executive Compensation; FAR 52.212-1, Instructions to Offerors - Commercial Items; FAR 52.212-3, Offeror Representations and Certifications - Commercial Items; FAR 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, paragraph (a) and the following clauses in paragraph (b): 52.219-6, 52.222-3, 52.222-19, 52.222-21, 52.222-26, 52.222-36, 52.225-1, 52.225-13, 52.232-33; FAR 52.222-99, Notification of Employee Rights; FAR 223-3, Hazardous Material Identification and Material Safety Data (Jan 1997); FAR 52.223-4, Recovered Material Certification (May 2008); FAR 52.223-5, Pollution Prevention and Right to-Know Information (May 2011); FAR 52.223-11, Ozone-Depleting Substances (May 2001); FAR 52.233-3, Protest After Award (Aug 1996); FAR 52.233-4, Applicable Law for Breach of Contract Claim (Oct 2004); FAR 52.247-34, FOB Destination; DFARS 52.211-7003, Item Identification and Valuation, (June 2011); DFARS 52.212-7000, Offeror Representation and Certifications - Commercial Items, (June 2005); DFARS 252.204-7004, Alternate A, Central Contractor Registration; DFARS 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports. The full text of the referenced FAR clauses may be accessed electronically at http://farsite.hill.af.mil/VFFARa.htm. Additional required clauses other than those listed above may be included as Addenda on the award document All questions and quotes must be directed to Greg Johnson at: email: gregory.johnson.5@ang.af.mil or FAX 605-988-5997; South Dakota Air National Guard, 1201 West Algonquin ST, Sioux Falls, SD 57104-0264. The deadline for submitting quotes has been extended to 5:00 PM CDT, Friday, September 7, 2012.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/NGB/DAHA39-1/F9A3LS2172A001/listing.html)
- Place of Performance
- Address: 114 FW/MSC South Dakota ANG, 1201 West Algonquin Street Sioux Falls SD
- Zip Code: 57104-0264
- Zip Code: 57104-0264
- Record
- SN02868290-W 20120907/120906001008-a345f0f26849f594ea87fa3757c4da19 (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 |