SOLICITATION NOTICE
15 -- Helicopter Aircraft Jack and Manifold Kit
- Notice Date
- 8/23/2018
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 332439
— Other Metal Container Manufacturing
- Contracting Office
- Department of the Army, National Guard Bureau, USPFO for Michigan, Joint Forces Readiness Center-Building 30, 3423 North Martin Luther King Jr. BLVD., Lansing, Michigan, 48906-2934, United States
- ZIP Code
- 48906-2934
- Solicitation Number
- W912JB-18-Q-0128
- Point of Contact
- Anna Sum, Phone: 5174817529
- E-Mail Address
-
anna.z.sum.mil@mail.mil
(anna.z.sum.mil@mail.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 Subparts 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. The solicitation number is W912JB-18-Q-0128. This solicitation is issued as a request for quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005.89. This requirement is 100% set-aside for small business. The associated NAICS code is 332439 and small business size standard in numbers of employees is 500. This is a firm fixed price requirement for 6 Helicopter Aircraft Jack and 1 manifold kit. CONTRACT DATA REQUIREMENTS LIST: Helicopter Aircraft Jack requirements (Salient Characteristics): • Single point controller that allows two jacks to link together to lift the right and left side of the aircraft at the same time. • Two-stage telescoping rams • Powder coated Steel construction • Mechanical ram lock speed nuts prevent lowering of jack under load • Mechanical extension • Single speed, manually operated pump with pressure relief and air pump operation. • Uses standard MIL-PRF-5606 hydraulic fluid • Spring loaded wheels casters with push-pull handle • Pneumatic pump with (1/4") NPT air drive inlet • Air Drive System Maximum Pressure : 125 psi (8.6 bar) • Capacity : 20,000 lbs. (9.07 metric ton) • Mechanical Extension: 4 in (10.2 cm) • Hydraulic Extension: 23 in (58.4 cm) • Closed Height : 22 1/16 in (56 cm) • Weight: 250 lbs. (113.4 kg) Quantity: 6 ea. Air Manifold Requirements (Salient Characteristics): • The air Manifold must be a light weight portable unit containing one shop air inlet port and three valve exit ports. • The air manifold must come complete with hose sand valves. • Wight : 10lbs (4.5 kg) • 140 psi (9.7 bar) maximum air pressure • 3 shut-off valves with quick disconnects • 3 25ft (7.6m) long hoses with quick disconnects Quantity: 1 ea. The Government intends to award on the following components equally: price, technical capability of specification, no negative or adverse information on FAPIIS or SPRS in the last 3 years. APPLICABLE PROVISIONS AND CLAUSES The following clauses will be included in the award (details can be located on http://farsite.hill.af.mil): FAR: 52.203-19 Prohibition on Contracting with Entities That Require Certain Internal Confidentiality Agreements or Statements 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards 52.204-18 Commercial and Government Entity Code Maintenance 52.209-6 Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended or Proposed for Debarment 52.209-10 Prohibition on Contracting with Inverted Domestic Corporations 52.212-4 Contract Terms and Conditions - Commercial Items 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items 52.219-6 Notice of Total Small Business Set-Aside 52.219-28 Post-Award Small Business Program Representation 52.222-3 Convict Labor 52.222-19 Child Labor-Cooperation with Authorities and Remedies 52.222-21 Prohibition of Segregated Facilities 52.222-26 Equal Opportunity 52.222-50 Combating Trafficking in Persons 52.223-18 Encouraging Contractor Policy to Ban Text Messaging While Driving 52.225-13 Restrictions on Certain Foreign Purchases 52.232-33 Payment by Electronic Funds Transfer System for Award Management 52.232-40 Providing Accelerated Payments to Small Business Subcontractors 52.233-3 Protest After Award 52.233-4 Applicable Law for Breach of Contract Claim 52.252-2 Clauses Incorporated by Reference 52.252-6 Authorized Deviations in Clauses 52.222-36 Equal Opportunity for Workers with Disabilities 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 Debarment 52.203-6 Alt.I Restriction on Subcontractor Sales to the Government- Alternate I DFARS: 252.203-7000 Requirements Relating to Compensation of Former DoD Officials 252.203-7002 Requirements to Inform Employees of Whistleblower Rights 252.203-7005 Representation Relating to Compensation of Former DoD Officials 252.204-7012 Safeguarding Covered Defense Information and Cyber Incident Reporting 252.204-7015 Notice of Authorized Disclosure of Information by Litigation Support Contractors 252.225-7048 Export-Controlled Items 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports 252.232-7006 Wide Area Workflow Payment Instructions 252.232-7010 Levies on Contract Payments 252.247-7023 Transportation of Supplies by Sea QUOTATION PREPARATION INSTRUCTIONS: (1) Contact/Company Information point-of-contact name, address, e-mail, and telephone number CAGE code and DUNS number The contracting officer is not responsible for locating or obtaining any information not identified in the quote. (2) Pricing Price quotes must be firm-fixed price. Price quotes must include unit prices and extended amounts for each line item (i.e., multiply the unit price and quantity for each line item). Include the total price (i.e., sum of all extended amounts) in the price quote. Include delivery terms, any discounts, and payment terms (e.g., Net 30) with the price quote. Prices must be valid for 60 days. (3) Technical information/descriptive literature. Quoters must submit technical information (descriptive literature/specifications) that adequately demonstrates their quote meets or exceeds the salient characteristics requirement in contract line items of this solicitation. A general statement of compliance or restatement of the salient characteristics is insufficient. Ensure the descriptive literature addresses each salient characteristic listed. Descriptive literature information such as illustrations, pictures, drawings, or a clear reference, such as a web site information should be readily available to the Contracting Officer. The Contracting Officer is not responsible for locating or obtaining any information not identified in the quote and literature. (4) Shipping information. Deliver 60 days after receipt of order. See below for the shipping address. (5) Email address. Quotes not directly submitted to anna.z.sum.mil@mail.mil will not be considered. (6) Questions recieved after the cut date maybe held and answered with only the responding offerors at the discretion of the Contracting Officer. The Government may not consider quotes that fail to include all of the information requested in this solicitation. Offers are due at 4:30 pm, Eastern Time on 29 August 2018. Email quotes directly to anna.z.sum.mil@mail.mil. Do not submit quotes on FBO; they will not be accepted. Questions are due by 4:30 pm, Eastern Time, 27 August 2018, and must be submitted via email. Questions will not be answered via telephone. It is the vendor's responsibility to monitor this site for any amendments.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/NGB/DAHA20/W912JB-18-Q-0128/listing.html)
- Place of Performance
- Address: USPFO-Warehouse, 3405 N MLK JR BLVD, Lansing, Michigan, 48906, United States
- Zip Code: 48906
- Zip Code: 48906
- Record
- SN05053150-W 20180825/180823231527-0114e04958993ce766b0b2d17a4e180d (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 |