Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF SEPTEMBER 29, 2016 FBO #5424
MODIFICATION

39 -- External Hoist Stand - Amendment 0002 (QAs_vers2) - QAs_v2

Notice Date
9/27/2016
 
Notice Type
Modification/Amendment
 
NAICS
336413 — Other Aircraft Parts and Auxiliary Equipment Manufacturing
 
Contracting Office
Department of the Army, National Guard Bureau, USPFO for Iowa, Camp Dodge, 7700 NW Beaver Drive, Johnston, Iowa, 50131-1902
 
ZIP Code
50131-1902
 
Solicitation Number
W912LP-16-Q-3027
 
Archive Date
10/13/2016
 
Point of Contact
Tracy C. Canada, Phone: 5152524616, Vicky L. Williams, Phone: 5152524615
 
E-Mail Address
tracy.c.canada.mil@mail.mil, vicky.l.williams10.civ@mail.mil
(tracy.c.canada.mil@mail.mil, vicky.l.williams10.civ@mail.mil)
 
Small Business Set-Aside
N/A
 
Description
Questions and Answers, Version 2 Amendment 0002 is incorporated to provide Questions and Answers, version 2. 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, W912LP-16-Q-3027, 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) 2005-89, effective 15 August 2016. This procurement is unrestricted. The NAICS Code is 336413 and the small business size standard is 1,250 employees. Basis for award is Price. The following commercial items are requested in this solicitation: The Iowa Army National Guard's Army Aviation Support Facilities (AASF) #2 wishes to procure an external hoist stand which consists of a calibrated weight and cart. The external hoist stand will be utilized by 15T mechanics during hoist maintenance. During the maintenance, the mechanic is required to remove the external hoist to properly service the aircraft struts. A hoist stand is required to keep the hoist upright and fluids from spilling. Maintenance is required on the external hoist to get the dead-lined equipment operational for the commander to execute hoist operations. PURPOSE: AASF #2 UH-60s have been retrofitted with the Breeze-Eastern External Hoist. Fielding of future patient handling systems, Interim MEDEVAC Mission Support System (IMMSS), required the replacement of the legacy internal hoist. During maintenance, any time a hoist cable is replaced or the cable hook has been replaced, it requires a calibrated hoist weight of 250lbs and 600lbs to load test the system. Item 0001: External Hoist Stand System, to include a calibrated weight and stand with the minimum features described below. Quantity and Unit of Issue: 1 system The proposed hoist weight and stand shall meet the following minimum requirements: • Adjustable weight configuration, 250 lbs (training and maintenance) and 600 lbs (cable tension and calibration) • Weight must fit the cart for ease of movement • Proposed hoist stand must meet the maintenance requirements of, and be compatible with, the Breeze-Eastern External Hoist The following provisions are incorporated into this solicitation by reference: FAR 52.212-1, Instruction to Offerors - Commercial Items DFARS 252.204-7008, Compliance with Safeguarding Covered Defense Information Controls DFARS 252.204-7011, Alternative Line Item Structure DFARS 252.213-7000, Notice to Prospective Suppliers on the Use of Past Performance Information Retrieval System - Statistical Reporting in Past Performance Evaluations The following clauses are incorporated into this solicitation by reference: FAR 52.212-4, Contract Terms and Conditions - Commercial Items FAR 52.232-40, Providing Accelerated Payments to Small Business Subcontractors DFARS 252.203-7000, Requirements Relating to Compensation of Former DoD Officials DFARS 252.203-7997 (DEV 2016-O0003), Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements DFARS 252.204-7012, Safeguarding Covered Defense Information and Cyber Incident Reporting DFARS 252.204-7015, Disclosure of Information to Litigation Support Contractors DFARS 252.223-7008, Prohibition of Hexavalent Chromium DFARS 252.225-7001, Buy American and Balance of Payments Program DFARS 252.225-7036, Alternate I, Buy American Free Trade Agreements-Balance of Payments Program DFARS 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports DFARS 252.232-7010, Levies on Contract Payments DFARS 252.244-7000, Subcontracts for Commercial Items DFARS 252.247-7023, Transportation of Supplies by Sea The following provisions are incorporated by full text. The full text is found in Attachment #1 titled "Solicitation W912LP-16-Q-3027 Full-Text Provisions and Clauses." DFARS 252.203-7005, Representation Relating to Compensation of Former DoD Officials DFARS 252.203-7996 (DEV 2016-O0003), Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements - Representation (Offerors shall include completed copies of the certifications within the following provisions with their offer, UNLESS they are completed and current within the SAM profile at www.sam.gov.) FAR 52.209-11, Representation by Corporations Regarding Delinquent Tax Liability or a Felony Conviction Under any Federal Law FAR 52.212-3, Alternate I, Offeror Representations and Certifications - Commercial Items Alternate I DFARS 252.225-7000, Buy American Act - Balance of Payments Program Certificate DFARS 252.225-7035 Alternate I, Buy American Act - North American Free Trade Agreement Implementation Act - Balance of Payments Program Certificate The following clauses are incorporated by full text. The full text is found in Attachment #1 titled "Solicitation W912LP-16-Q-3027 Full-Text Provisions and Clauses." FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items DFARS 252.211-7003, Item Unique Identification and Valuation DFARS 252.232-7006, Wide Area Workflow Payment Instructions Proposals are due at 11:00 a.m. local (central) time on September 28, 2016 at USPFO for Iowa, Camp Dodge, ATTN: SFC Tracy Canada, 7105 NW 70th Avenue, Bldg 3475, Johnston, Iowa, 50131-1824. Proposals may be submitted via e-mail to SFC Tracy Canada, Contract Specialist, at tracy.c.canada.mil@mail.mil. Facsimile proposals will not be accepted. Questions regarding this solicitation may be directed to SFC Tracy Canada, at (515) 252-4616 or at tracy.c.canada.mil@mail.mil by no later than 10:00 a.m. local (central) time on September 27, 2016.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/NGB/DAHA13/W912LP-16-Q-3027/listing.html)
 
Place of Performance
Address: BLDG: W12, ATTN: Receiving Desk, 7105 NW 70th Avenue, Johnston, Iowa, 50131, United States
Zip Code: 50131
 
Record
SN04288698-W 20160929/160927234440-0dc4c30c6e7b3365c762d2e4f7f5fcba (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.