SOLICITATION NOTICE
17 -- Aircraft Loading Ramps for AH-64
- Notice Date
- 2/12/2020 11:53:20 AM
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 336999
— All Other Transportation Equipment Manufacturing
- Contracting Office
- W7N3 USPFO ACTIVITY UT ARNG DRAPER UT 84020 USA
- ZIP Code
- 84020
- Solicitation Number
- W911YP20R0008
- Response Due
- 3/4/2020 12:00:00 PM
- Archive Date
- 03/19/2020
- Point of Contact
- Otha B Henderson
- E-Mail Address
-
otha.b.henderson.mil@mail.mil
(otha.b.henderson.mil@mail.mil)
- Small Business Set-Aside
- SBA Total Small Business Set-Aside (FAR 19.5)
- Description
- This is a combined synopsis and solicitation with a total small business set-aside under NAICS 336999. The Utah Army National Guard has a requirement to procure six aircraft loading ramps for AH-64 helicopters that are to be loaded onto USAF cargo plans. The ramps must be approved by USAF and have an internal air transport certification issued by the ait transportability test loading activity (ATTLA). ATTLA certificates are attached for reference. Include any shipping charges to 1-211th ARB, Building 56556 Enfield Street, North Fort Hood, Gatesville, TX� 76528. The MilAirX 20K 2-Leg HeIMAS Assy (Outboard runways for main landing gear) with 13K 2-leg TLG Assembly (Center runway for tail landing gear) and�WSC 03096 42 40 SL TO Side Loading/Top Open COntainer or the ADS L-AH64-1-TDWR -MMARS Modular Expeditionary Loading Ramp with L-AH64-1-Box Open Sided Aluminum Storage Boxes are suitable options to fill this requirement. Equivalent brand names and models are acceptable as long as they meet the specifications and certification requirements. The award criteria will be based on best value to the government. These ramps are being procured to support a mobilization; therefore, delivery time will be a significant factor. Next will be the product that best meets the specification, and finally the lowest price of those products that best meet the previous two specifications will be considered. The government reserves the right to make an award to other than lowest price if that price does not best meet the first two specificaitons. Questions may be directed to Mr Otha Henders at 801-432-4093. Fax or emailed questions will not be answered. Questions must be provided in sufficeint time to answer and respond prior to the closing of this solicitation. This combined solicitation/synopsis will not be extend for late questions or late proposals. All first responding must be activly registered and meet all standards to conduct business with�the government�and be in good standing. Cage Code, DUNS, federal tax number, and vendor point of contact are required with your quote. In accordance with FAR 52.212-1(k), prospective awardees shall be registered and active in the System for Award Management (SAM) prior to award and be in good standing. Offers may obtain information on registration at www.sam.gov . Failure to provide SAM registration may result in your quote being disqualified from consideration. The following provisions and clauses are applicable to this solicitation: FAR 52.202-1 - Definitions FAR 52.203-3 - Gratuities FAR 52.203-6 Alt 1 - restrictions on Subcontractor Sales to the Government FAR 52.204-4 - Printed or Copied Double Sided or Post-consumer Fiber Content Paper FAR 52.204-7 - Central Contractor Registration FAR 52.204-10 - Reporting Executive Compensation and First-tier Subcontracting Awards FAR 52.209-6 - Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment FAR 52.212-1 - Instructions to Offerors FAR 52.212-3 Alt 1 - Offeror Representations and Certifications-Commercial Items FAR 52.212-4 - Terms and Conditions - Commercial FAR 52.212-5 - Dev - Statutes/Exec Orders FAR 52.219-1 (Alt I) - Small Business Program Representation FAR 52.219-6 - Notice of Total Small Business Set-Aside FAR 52.219-8 - Utilization of Small Business Concerns FAR 52.219-14 - Limitations on Subcontracting FAR 52.219-28 - Post-award Small Business Program Representations FAR 52.222-3 - Convict Labor FAR 52.222-21 - Prohibit Segregated Facilities FAR 52.222-22 - Previous Contract and Compliance Reports FAR 52.222-25 - Affirmative Action FAR 52.222-26 - Equal Opportunity FAR 52.222-35 - Equal Opportunity for Veterans FAR 52.222-36 - Affirmative Action for Workers W ith Disabilities FAR 52.222-37 - Employment Reports on Special Disabled Vete rans FAR 52.222-40 - Notification of Employees Rights Under the Nationa l Labor Relations Act FAR 52.222-41 - Service Contract Act of 1965 FAR 52.222-42 - Statement of Equivalent Rate s for Federal Hires FAR 52.222-43 - Fair Labor Standards Act and Service Contracts Act Price Adjustment (Multiple Year and Option Contracts) FAR 52.22 2-50 - Combating trafficking in Persons FAR 52.222-54 - Employment Eligibility Verification FAR 52.223-18 - Encouraging Contractor Policy to Ban Text Messaging While Driving FAR 52.225-23 - Restrictions on Certain Foreign Purchases FAR 52.225-25 - Prohibition on Contracting with Entities in Certain Activities or Transactions Relating to Iran - Representation and Certifications FAR 52.232-1 - Payments FAR 52.232-33 - Payment by Electronic Funds Transfer-Central Contractor Registration FAR 52.233-1 - Disputes FAR 52.233-2 - Service of Protest FAR 52.233-3 - Protest After Award FAR 52.233-4 - Applicable Law for Breach of Contract Claim FAR 52.243-1 (Alt 1) - Changes-Fixed Price FAR 52.247-34 - FOB Destination FAR 52.249-4 - Termination for Convenience of the Government (Services)(Short Form) FAR 52.252-1 - Provisions Incorporated by Reference FAR 52.252-2 - Clauses Incorporated by Reference FAR 52.252-5 - Authorized Deviations in Provisions FAR 52.252-6 - Authorized Deviation in Clauses DFARS 252.203-7000 - Requirement Relating to Compensation of Former DoD Officials DFARS 252.203-7002 - Requirements to Inform Employees of Whistleblower Rights DFARS 252.204-7003 - Control of Government Personnel Work Product DFARS 252.204-7004 Alt A - Required Central Contractor Registration DFARS 252.209-7995 - Representation by Corporations Regarding Un paid Delinquent Tax Liability of a Felony Conviction Under Any Federal Law DFARS 252.212-7000 - Offeror Representations and Certification Required to Implement Status of Executive Orders Applicable to Defense Acquisition of Commercial Items DFARS 252.212-7001 - Dev Terms and Conditions DFARS 252.225-7001 - Buy America Act and Balance of Payments Program DFARS 252.225-7002 - Qualifying Country as Subcontractors DFARS 252.225-7012 - Preference for Certain Domestic Commodities DFARS 252.232-7003 - Electronic Submission of Payment Requests DFARS 252.232-7010 - Levies on Contract Payments DFARS 252.237-7010 - Prohibition of Interrogation of Detainees by Contract Personnel DFARS 252.243-7001 - Pricing of Contract Modifications DFARS 252.243-7002 - Requests for Equitable Adjustment. FAR 52.252-2 Clauses Incorporated by Reference. This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the contracting officer will make full text available. Also, the full text of a clause may be accessed electronically at http://farsite.hill.af.mil/ . IAW FAR 52.204-7 and DFARS 252.204-7004 Alt A, prospective vendors must be registered in the SAM database prior to award. Lack of SAM registration shall be a determining factor for award. Prospective vendors should visit the SAM website at http://www.sam.gov/start.aspx to register.
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/6cbb8b5908734c2984439c828259ca43/view)
- Place of Performance
- Address: Gatesville, TX 76528, USA
- Zip Code: 76528
- Country: USA
- Zip Code: 76528
- Record
- SN05560732-F 20200214/200212230155 (samdaily.us)
- Source
-
SAM.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's SAM Daily Index Page |