|
COMMERCE BUSINESS DAILY ISSUE OF SEPTEMBER 16,1997 PSA#193116th Contracting Squadron, 350 Tully Street, PO Box 9190, Hurlburt
Field, FL 32544-9190 16 -- C-130 AIRCRAFT SEAT & BUNK COVERS SOL F08620-97-T3904 DUE 093097
POC Lawrence R. Nash, Contract Specialist, (850) 884-3262; P. Scott
Ilg, Contracting Officer, (850)884-1258 16 -- Miscellanous Aircraft
Accesories, Solicitation F08620-97-T3904, due 9/30/97. Contact Lawrence
Nash, 850-994-3262. This is a combined synopsis/solicitation for
commercial items prepared in accordance with the format in FAR subpart
12.6, as supplemented with additional information contained in this
notice. This announcement constitutes the only solicitation, proposals
are being requested and a written solicitation will NOT be issued.
This is Solicitation F08620-97-T3904, and is issued as a Request for
Quotation (RFQ). The RFQ incorporates provisions and clauses as those
in effect through Federal Acquistion Circular 97-01. This requirement
is 100% set aside for small business; the standard industrial
classification is 2531, and the small business size standard is 500
employees. Schedule: The contractor shall provide the following items;
Quantity 12, (Pilots) C-130 Ipeco Seat Cushion (Back/Bottom) With
Cut-Out for Joystick, MATERIAL: Mor-Dura III Upholstery Cover, MFR BY:
Oregon Aero, Inc., MFR PART NUMBER 3013PC, (Brand Name or Equal),
Quantity 42, (Navigator/Engineer) C-130 Ipeco Seat Cushion
(Back/Bottom) Without Cut-Out, MATERIAL: Mor-Dura III Upholstery Cover,
MFR BY: Oregon Aero, Inc., MFR PART NUMBER 3013P, (Brand Name or
Equal), Quantity 4, (Bunk) C-130 Flight Crew Bunk Set
(Base/Back/Cover), MATERIAL: With Mor-Dura III Upholstery Cover, MFR
BY: Oregon Aero, Inc., MFR PART NUMBER 30130CB, (Brand Name or Equal),
Quantity 4, (Bunk) C-130 Flight Crew Bunk Set (Folding Base/Cover),
MATERIAL: Mor-Dura III Upholstery Cover, MFR BY: Oregon Aero, Inc., MFR
PART NUMBER 30130CB1, (Brand Name or Equal). SEAT MATERIALS -- Seat
materials shall meet the fire requirements of Federal Avation
Regulation Part 25, Section 25.853. LUMBAR SUPPORT -- The seat cushion
and back rest cushion with their supporting structure shall be
designed to provide support to the lower back or "lumbar" region of the
seat occupant's body. Design of this lumbar supporting area shall be
based on the average dimension as definedin MIL-STD-1472C. SEAT BACK
STRUCTURE -- With the seat back cushion removed, the seat back
structure shall present a smooth surface to permit the occupant to wear
a back parachute. SEAT CUSHION -- The seat cushions, including the area
of juncture between the seat bottom and backrest shall be free from
comfort impediment through the full range of compressibility. It shall
not be possible for a 250 pound occupant to sense the seat structure
when the cushion is compressed under normal flight conditions (1.5G's
Maximum). The design of the seat cushion shall minimize nerve or blood
circulation cut off to the legs of the occupant. UPHOLSTREY AND TRIM
-- The covering for the seat assembly shall be readily removable for
the cleaning or replacement. No special tools shall be required. All
woven fabric upholstery shall be processed to remain in a preshrunk
condition during service. There shall be no welting on the surfaces
which makes contact with the occupant, and the covering shall remain
free from loosening or wrinkling in service operation. Attachments
shall not loosen or fail due to normal movement of the seat occupant.
The DFAR clause 252.211-7003, Brand Name or Equal is incorporated by
reference. The offeror shall include a completed copy of the Federal
Acquistion Regulation (FAR) provisions at 52.212-3, Offeror
Representations and Certifications, Commercial Items. The offeror is
advised that FAR provision 52.212-5, Contract Terms and Conditions
Required to Implement Statutes or Executive Orders, Commercial Items,
applies to this acquisition. FAR 52.212-1, Instructions to Offerors --
Commercial Items, is amended to read: "Submit signed and dated offers
in three copies to 16 CONS/LGCS, Attn: Lawrence Nash, PO Box 9190, 350
Tully Street (Mail Stop #39), Hurlburt Field, FL, 32544. Offers may be
submitted on letterhead stationery and at a minimum must show: (1) the
solicitation number (F08620-97-T3904); (2) the time specified for
receipt of offers (30 Sep 97); (3)The name, address, telephone number
of the offerors; (4) a technical description of the item(s) being
offered in sufficient detail to evaluate compliance with the
requirements in the solicitation. This may include product literature
or other documents if necessary; (5) terms of any express warranty; (6)
price and discount terms; (7) "remit to" address, if different from
mailing address; (8) a complete copy of the representations and
certifications at FAR 52.212-3; (9) acknowledgement of solicitation
admendments, if any; (10) past performance information, when included
as an evaluation factor, to include recent and relevant contracts for
the same or similar equipment and other references (including contract
numbers, points of contact with telephone numbers and other relevant
information; and (11) if the offer is not submitted on a SF 1449,
include a statement specifying the extent of agreement with all terms
and conditions, and provisions included in the solicitation. The
proposal must be signed by an official authorized to bind your
organization. Offers that fail to furnish required representations and
certifications or reject the terms and conditions of the solicitation,
may be excluded from consideration. FAR 52.212-2, Evaluation --
Commercial Items, is amended to read: (The Government will award a
contract resulting from this solicitation to the responsible offeror
whose offer conforming to the solicitation will be most advantageous to
the Government, price and other factors considered. The Government
anticipates award of a firm-fixed price purchase order. The following
factors in descending order of importance) shall be used to evaluate
offers: (1) technical capability of the item offered to meet the
Government requirement; (2) past performance; (3) delivery time; (4)
price (including FOB destination charges). All evaluation factors other
than cost or price, when combined are approximately equal to cost or
price. For evaluation of past performance, offerors are required to
submit information pertaining to previous sales to government
activities or to private companies. Include contract number, date of
purchase, amount of purchase, and name/address/phone number of
purchaser. Failure to submit information for evaluation will result in
subpar scoring in applicable areas of evaluation. All proposals should
include FOB Destination pricing. Questions concerning this RFQ must be
submitted in writing; no telephone inquiries will be processed.
Questions should be faxed to Lawrence Nash, 16CONS/LGCS, at
850-884-5372. . (0255) Loren Data Corp. http://www.ld.com (SYN# 0204 19970916\16-0010.SOL)
16 - Aircraft Components and Accessories Index Page
|
|