Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF AUGUST 31, 2013 FBO #4298
SOLICITATION NOTICE

84 -- PLZT Upgrade Parts

Notice Date
8/29/2013
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
336413 — Other Aircraft Parts and Auxiliary Equipment Manufacturing
 
Contracting Office
185 ARW/MSC, 2920 Headquarters Avenue, Sioux City, IA 51110-1396
 
ZIP Code
51110-1396
 
Solicitation Number
W912LP-13-T-0033
 
Response Due
9/20/2013
 
Archive Date
10/28/2013
 
Point of Contact
Vicky L. Williams, 712-233-0514
 
E-Mail Address
185 ARW/MSC
(vicky.williams.1@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 solicitation, W912LP-13-T-0033, is being issued as a Request for Quotation (RFQ). This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-69. This procurement is a 100% Small Business set-aside IAW FAR 19.502-2 (a). The NAICS code is 336413 and the small business size standard is 500 employees. The following commercial items are requested in this solicitation: PLZT Goggle Upgrade parts intended to protect against flash blindness for KC-135 aircrew. All parts must be authorized in accordance with T.O. 14P3-9-21 and T.O. 14P3-4-151. The following upgrade parts are required. 0001 - Dual Visor Kit (DVK), for HGU-55/P helmet, Kit type MBU-12/P CUT, temporary National Stock Number (NSN) 8475NCC001627. GENTEX P/N 74D2682-4. Each kit must include the following components: Housing - Gray Inner Lens & Lock - Black (12/P) Outer Lens & Lock - Black (12/P) Spacer Kits - Black Tracks, LH - Black Tracks, RH - Black Hardware Kit (QUANTITY REQUIRED - 70 KITS) 0002 - Helmet Power Assembly, NSN 6150-01-081-1350, GENTEX P/N G022-0008-01 or STRATUS P/N 15-9-06-135-0VH (QUANTITY REQUIRED - 70 EACH) 0003 - Toplatch and Power Cable Assembly, NSN 8475-01-098-0881, GENTEX P/N G022-0028-01 or STRATUS P/N 01-9-06-100-0VH (QUANTITY REQUIRED - 70 EACH) 0004 - Visor Strip, NSN 8475-01-591-4277, GENTEX P/N G022-0006-01, STRATUS P/N 15-9-06-100-0VH (QUANTITY REQUIRED - 70 EACH) 0005 - Dual Bracket, NSN 8475-01-081-1486, GENTEX P/N G022-0009-01 (QUANTITY REQUIRED - 70 EACH) 0006 - Oxygen Hose Power Cable, NSN 6150-01-081-1349, GENTEX P/N G022-0007-01 (QUANTITY REQUIRED - 120 EACH) 0007 - Shipping Charges, if applicable (1 EACH) The following provisions and clauses apply to this acquisition: The provision at FAR 52.204-7, System for Award Management. The Provision at FAR 52.204-13, System for Award Management Maintenance. The provision at FAR 52.212-1, Instructions to Offerors--Commercial Items. The 185ARW may award a single purchase order or multiple purchase orders in response to this solicitation. The provision at FAR 52.212-3, Offeror Representations and Certifications -- Commercial Items. The offeror must ensure Representations and Certifications are completed in System for Award Management (SAM), http://www.sam.gov. The provisions at DFARS 252-203-7005, Representation Relating to Compensation of Former DOD Officials; and DFARS 252.204-7011, Alternative Line Item Structure. The clause at 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. Specifically, the following clauses cited within FAR 52.212-5 are applicable to this solicitation: FAR 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards; FAR 52.209-6, Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment; FAR 52.219-6, Notice of Total Small Business Set-Aside; FAR 52.219-13, Notice of Set-Aside of Orders; FAR 52.219-28, Post Award Small Business Program Representation; FAR 52.222-3, Convict Labor; FAR 52.222-19, Child Labor-Cooperation with Authorities 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 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving; FAR 52.225-13, Restrictions on Certain Foreign Purchases; and FAR 52.232-33, Payment by Electronic Funds Transfer - System for Award Management. The clauses at DFARS 252.203-7000, Requirements Relating to Compensation of Former DoD Officials; DFARS 252.211-7003, Item Identification and Valuation; DFARS 252.225-7001, Buy American Act and Balance of Payments Program; DFARS 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports; DFARS 252.232-7006, Wide Area WorkFlow Payment Instructions DFARS 252.244-7000, Subcontracts for Commercial Items; and DFARS 252.247-7023, Transportation of Supplies by Sea, with Alternate III. The full text of the above-referenced FAR and DFARS provisions and clauses may be found at http://www.acquisition.gov. Quotes may be submitted via e-mail to vicky.williams.1@ang.af.mil or fax to (712) 233-0576 no later than 10:00 AM on Friday, 20 September 2013.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/NGB/DAHA13-2/W912LP-13-T-0033/listing.html)
 
Place of Performance
Address: 185 ARW/MSC 2920 Headquarters Avenue, Sioux City IA
Zip Code: 51110-1396
 
Record
SN03168338-W 20130831/130830000152-3c205cfe466c23578822bd38bc3713f3 (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.