Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF AUGUST 05, 2020 SAM #6824
SOLICITATION NOTICE

N -- Electric aircraft tug to move skidded LUH-72/EC145 helicopters

Notice Date
8/3/2020 11:05:17 AM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
336413 — Other Aircraft Parts and Auxiliary Equipment Manufacturing
 
Contracting Office
W7NV USPFO ACTIVITY OK ARNG OKLAHOMA CITY OK 73111-4398 USA
 
ZIP Code
73111-4398
 
Solicitation Number
W912L6-20-R-0099
 
Response Due
8/17/2020 3:00:00 PM
 
Archive Date
09/01/2020
 
Point of Contact
Joseph B. Jarvis, Phone: 4052285142
 
E-Mail Address
joseph.b.jarvis.civ@mail.mil
(joseph.b.jarvis.civ@mail.mil)
 
Description
OKLAHOMA NATIONAL GUARD (OKNG) COMBINED SYNOPSIS/SOLICITATION FOR Army Aviation Support Facility #2 in Tulsa, OK SOLICITATION NUMBER: W912L6-20-R-0099 SOLICITATION CLOSES: 17 August 2020 AT 5PM CENTRAL TIME ANTICIPATED CONTRACT TYPE: FIRM FIXED PRICE SOURCE SELECTION METHOD: LOWEST PRICE TECHNICALLY ACCEPTABLE QUOTE SUBMISSION: ELECTRONIC ONLY: EMAIL ONLY CONTRACTORS ARE REQUIRED TO EMAIL QUOTES: ALL EMAILED QUOTES WILL RECEIVE A RETURN EMAIL CONFIRMATION FOR RECIEPT OF QUOTE. 1.0 Combined Synopsis/ Solicitation. 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 separate written solicitation will not be issued. This solicitation is issued as a request for quote (RFQ). This acquisition is utilizing NAICS code 336413. This acquisition currently has no Defense Priorities and Allocations System (DPAS) ratings. This requirement is subject to availability of funding per FAR 52.232-18. 2.0 Requirement. A. Introduction The Army Aviation Support Facility #2 in Tulsa, OK requires an electric aircraft tug to move skidded LUH-72/EC145 helicopters into and out of the hangars for maintenance and storage during inclement weather.� B. Background The current system for moving skidded aircraft at AASF #2 is inefficient, dangerous and has caused multiple near miss incidents in the past 3 years. The same relies upon wheels strapped to aircraft skids and a tow bridle. The straps have broken during towing operation causing safety concerns with the current system. C. Scope The contractor shall provide support a fully functioning electric aircraft tug capable of independently moving the LUH-72/EC145 helicopter under the tugs power. The tug must be able to lift the aircraft via the cross tubes and must be wireless remote control capable. D. Salient Features Capable of independently lifting the LUH-72/EC-145 Capable of moving aircraft with a towing weight of up to 8000 lbs Capable of lifting aircraft via helicopter cross tubes Capable of Lifting of aircraft via scissor lift mechanism Electrically powered with independent driving capability Must be able to be controlled via wireless remote control� Must have siped tires to drive over 1 inch grates Lifting mechanism must be a scissor style lift E. Eligibility for Award. Offerors must have a current registration in the System for Award Management (SAM) at https://sam.gov/SAM/pages/public/index.jsf as of the date of award to be eligible for award. Additionally, Offeror must maintain a current registration in SAM for the duration of the Award in order to eligible disbursement of payments.� Offeror shall ensure all representations and certifications are current in SAM as a condition of award. F. Evaluation. Award shall be made on the basis of Lowest Price Technically Acceptable (LPTA) evaluation. An award will be made to the contractor who offers the lowest rate pricing. The Contractor�s offer shall demonstrate that they will meet or exceed the technical requirements stated in the Statement of Work (SOW). Issuance of award shall be made on the basis of the competitive rates offered by a contractor that is most advantageous to the Government, the ability to service the location of the requirement, and the capability to fulfill the requirement on time and correctly. G. Set-Aside. This award will be set for full and open competition. H. Electronic Invoicing through Wide Area Workflow (WAWF) in PIEE. To meet compliance with DFARS 252.232-7003, Electronic Submission of Payment Requests, all Contractors must submit requests for payment (invoices) through WAWF. Additional information and registration for WAWF can be completed online at https://piee.eb.mil/piee-landing/� . Payment will be made by DFAS office designated in the contract. All payments will be made by electronic transfer of funds (EFT). The Government will make payment through WAWF upon satisfactory completion of work and the receipt of a proper certification for payment. 3.0 Submission of Quotes: The Government anticipates making award without discussions. Therefore, Offeror should submit their best and final offer.� The Contractor must ensure that all components of their pricing and technical quote are included in their submission. The Government reserves the right to make an award solely on initial quotes received. Offerors bear the burden of ensuring that quotes (and any authorized amendments and samples) reach the designated office on time and should allow a reasonable time for e-mail transmissions to be completed. All pages of the quote must reach the office before the deadline specified in this solicitation. The Contractor bears the risk of non-receipt of mailed or electronically transmitted quotes and should confirm receipt. Late or incomplete quotes will not be considered.�� Offerors will need to ensure that they complete and submit the following attached documents as part of their quotes.� Any offer that does not meet the salient features will be deemed as technically unacceptable and will not be considered for award. 4.0 Deadline for Submission of Quotes and Questions:� All questions must be addressed to the Contracting Officer in writing by email. Close of Questions on the solicitation will be 13 August 2020 at 5:00 p.m. CST. All quotes are due NLT 17 August 2020 at 5:00 p.m. CST by email.� Questions and quotes can be emailed to Mr. Joseph Jarvis joseph.b.jarvis.civ@mail.mil. �E-mailed quotes must be in adobe acrobat (.pdf) format. Primary Point of Contact: Joseph Jarvis Contract Specialist Joseph.b.jarvis.civ@mail.mil Phone: (405) 228-5142
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/deea1830470d4738947412b111f636f1/view)
 
Place of Performance
Address: Tulsa, OK 74116, USA
Zip Code: 74116
Country: USA
 
Record
SN05742802-F 20200805/200803230143 (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 |
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.