SOLICITATION NOTICE
42 -- ZEPHYR HYDRAULIC RESCUE HOIST SUPPORT EQUIPMENT, Brand Name or Equal
- Notice Date
- 9/4/2013
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 333924
— Industrial Truck, Tractor, Trailer, and Stacker Machinery Manufacturing
- Contracting Office
- USPFO for Montana, P.O. Box 4789, Helena, MT 59604-4789
- ZIP Code
- 59604-4789
- Solicitation Number
- W9124V-13-T-0032
- Response Due
- 9/13/2013
- Archive Date
- 11/3/2013
- Point of Contact
- Dan Blaine, 406-324-3406
- E-Mail Address
-
USPFO for Montana
(dan.blaine@us.army.mil)
- Small Business Set-Aside
- N/A
- 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. MONTANA ARMY NATIONAL GUARD W9124V-13-T-0032 REQUEST FOR QUOTE This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in the Federal Acquisition Regulations (FAR) 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 procurement is set-aside for small-business. The NAICS code is 333924 and size standard is 750 employees. The incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-26, Effective 1 June 2008 & Class Deviation 2005-00001. Statement of Work The Montana Army National Guard requires the following items, Brand Name or Equal to the following: LI 001: One (1) Zephyr Rescue Hoist Ground Support Equipment ZGS-10000 - 5 Hydraulic (NSN 1680-01-573-2486). 1 EA. LI 002: ZGS - 10487-1 COVER or equal. ZGS-10487-1 Zephyr Hydraulic GHGSE Protective Full Cover, consisting of a top and bottom. 1 EA. (option) The Rescue Hoist Ground Support Equipment must be capable of the following: Maintain positive tension on the wire rope at all times. Apply load over the entire length of wire rope on the rescue hoist drum as it retracts the wire rope with the aircraft on the ground. The full load tension is easily adjustable. Keep the wire rope off the ground and in a protective enclosure during hoist maintenance. Allow one person to perform all inspections and maintenance operations in a minimum amount of time. Allow inspection to be performed with the hook and bearing attached to the wire rope. Measure and provide a record of the wire ropes physical condition over its installed life. Install new wire ropes and condition them Reseat the cable without having to fly the helicopter New equipment only; No remanufactured or quote mark gray market quote mark items. All items must be covered by the manufacturer's warranty. Bid must be good for 30 calendar days after close of solicitation period. Shipping must be Free On Board (FOB) destination CONUS (Continental U.S.), which means that the seller must deliver the goods on its conveyance at the destination specified by the buyer, and the seller is responsible for the cost of shipping and risk of loss prior to actual delivery at the specified destination. This solicitation requires registration with the System for Award Management (SAM) prior to award, pursuant to applicable regulations and guidelines. Registration information can be found at www.sam.gov. Instructions to Offerors Offerors shall provide a firm, fixed lump sum price. Offers that don't meet the specifications of this solicitation will be disqualified. Award shall be made to the vendor that provides the Government the best value; price and other factors considered. Any requests of r clarifications, discussions, and information concerning this solicitation must be submitted in writing, by email to Mr Dan Blaine at dan.n.blaine.mil@mail.mil The offeror's proposal shall be submitted as follows and ARE DUE NO LATER THAN 12:00PM (noon) 13 September 2013: Electronically to MR Dan Blaine at dan.n.blaine.mil@mail.mil or hard copy to: JFHQ-MT ATTN: Mr Dan Blaine 1956 Mt Majo Street PO Box 4789 Fort Harrison, MT 59636-4789 LI 001: One (1) Zephyr Rescue Hoist Ground Support Equipment ZGS-10000 - 5 Hydraulic (NSN 1680-01-573-2486). 1 EA. LI 002: ZGS - 10487-1 COVER or equal. ZGS-10487-1 Zephyr Hydraulic GHGSE Protective Full Cover, consisting of a top and bottom. 1 EA. LI 003: Training - one (1) day training onsite of the Ground Support Equipment including travel expenses at military facility in Helena, MT. 1 EA. (option) 52.212-2, Evaluation-- Commercial Items (January 1999). The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be the most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: Price and Technical Capability. If services from offerors are found to be technically equivalent, price will be the determining factor. The following Federal Acquisition Regulation (FAR) and its supplements DFAR and AFAR provisions and clauses apply to this acquisition: 52.204-7 Central Contract Registration FEB 2011 52.204-9 Personal Identity Verification of Contractor Personnel JAN 2011 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards 52.209-6 Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarrment 52.211-6 Brand Name or Equal AUG 1999 52.212-1 Instructions to Offerors - Commercial Items JUN 2008 52.212-2 Evaluation-Commercial Items JAN 1998 52.212-3 ALT I Offeror Representations and Certifications--Commercial Items APR 2002 52.212-4 Contract Terms and Conditions--Commercial Items JUN 2010 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders--Commercial Items FEB 2010 52.219-6 Notice of Total Small Business Set-Aside NOV 2011 52.219-28 Post-Award Small Business Program Representation APR 2009 52.222-21 Prohibition of Segregated Facilities FEB 1999 52.222-3 Convict Labor JUN 2003 52.222-19 Child Labor - Cooperation with Authorities and Remedies FEB 2008 52.222-21 Prohibition of Segregated Facilities FEB 1999 52.222-26 Equal Opportunity MAR 2007 52.222-36 Affirmative Action for Workers with Disabilities JUN 1998 52.222-41 Service Contract Act of 1956 NOV 2007 52.222-50 Combating Trafficking in Persons AUG 2007 52.223-5 Pollution Prevention and Right to Know Information MAY 2011 52.223-18 Encouraging Contractor Policy to Ban Text Messaging While Diving AUG 2011 52.225-13 Restrictions on Certain Foreign Purchases JUN 2008 52.228-5 Insurance-Work on a Government Installation JAN 1997 52.232-18 Availability of Funds APR 1984 52.232-33 Payment by Electronic Funds Transfer--Central Contractor Registration OCT 2003 52.233-2 Service of Protest SEP 2006 52.233-3 Protest After Award AUG 1996 52.233-4 Applicable Law for Breach of Contract Claim OCT 2004 52.247-65 F.O.B. Origin, Prepaid Freight, small package shipments 52.252-2 Clauses Incorporated by Reference FEB 1998 252.203-7000 Requirements Relating to Compensation of Former DoD Officials 252.203-7002 Whistleblower Rights 252.204-7004 Alt A Central Contractor Registration (52.204-7) Alternate A SEP 2997 252.212-7001 (Dev) Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items (Deviation) MAR 2008 252.225-7001 Buy American Act-Balance of Payments Program Certificate JUN 2005 252.225-7036 Alt I Buy American Act - Free Trade Agreements - Balance of Payments Program (Alternate I) 252.232.7003 Electronic Submission of Payment Requests and Receiving Reports 252.232-7010 Levies on Contract Payments DEC 2006 252.243-7002 Requests for Equitable Adjustment MAR 1998 You can visit the website at http://farsite.hill.af.mil/ for the provisions and clauses needed for this synopsis/solicitation. Offers must be submitted by hard copy to the USPFO for Montana, ATTN: Mr Dan Blaine, Purchasing and Contracting, 1956 Mt Majo Street, Post Office Box 4789, Fort Harrison, Montana 59636-4789, no later than 13 September 2013 by 12:00 P.M. Mountain Standard Time. Offers may also be submitted electronically to dan.blaine.mil@mail.mil with the same deadline. If you have any questions, please contact Mr. Dan Blaine at 406-324-3406 or email dan.blaine.mil@mail.mil
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/NGB/DAHA24/W9124V-13-T-0032/listing.html)
- Place of Performance
- Address: USPFO for Montana P.O. Box 4789, Helena MT
- Zip Code: 59604-4789
- Zip Code: 59604-4789
- Record
- SN03173033-W 20130906/130904235133-c1fdae4c4c86a3f757a36cbf3e2cc98a (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 |