Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF SEPTEMBER 16,1997 PSA#1931

16th 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