Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF FEBRUARY 4,1998 PSA#2025

1st Contracting Squadron, 74 Nealy Avenue, Langley Air Force Base, VA 23665-2088

17 -- AIRCRAFT PLATFORM AND FORWARD MAINTENANCE PLATFORM ASSEMBLY SOL F44600-98-T2072 DUE 021798 POC Sandy Mount, Buyer, 757-764-5802, Contracting Officer -- MSgt DeLande, 757-764-4939 WEB: online documents, http://www.langley.af.mil/1lg/1cons/public/sol/98T2072/98T2072.htm. E-MAIL: 1st Contracting Squadron, josandra.mount@langley.af.mil. This is a combined synopsis/solicitation for commercial items prepared in accordance with (IAW) the format in the Federal Acquisition Regulation (FAR) Subpart 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. (ii) Solicitation F44600-98-T2072 is issued as a Request for Quote. Quotes are requested, a written RFQ will not be issued. (iii) The solicitation document incorporates provisions and clauses that are in effect through Federal Acquisition Circular (FAC) 97-3 and Defense Acquisition Circular 91-12. It is the contractors responsibility to be familiar with all applicable clauses and provisions. (iv) This acquisition will be a 100% Small Business Set Aside under the Standard Industrialization Code (SIC) 3728. (v) The 1st Contracting Squadron has a requirement for one (1) each Aft Aircraft Platform and Forward Maintenance Platform Assembly. The platforms consist of several sections that make up both the front and aft assemblies. These platforms are installed around a UH/HH-60 helicopter during extensive maintenance or training activities requiring access to hard to reach portions of the aircraft. (vi) The following requirements are applicable: (1) General: The complete assembly to consist of the forward platform having three levels and no less than five sections. The top level shall extend just above the cabin (bridge platform). The second level will run slightly lower than the top level, from the forward section of the cabin down both sides, ending just forward of the engine inlet fairings. The third level (two steps lower than the second level) will run from the forward section of the engine to just aft of the engine exhaust (along both sides). The platform sections (except for the bridge) shall be made to allow for any portion of the platforms to be used independently. The forward platform shall have an entry/exit stairway installed at the front and rear of both sides of the platform. The installed platform will not interfere with the rigging of flight controls, removal of the air inlet assemblies, opening of engine cowlings and rotation of the rotor blades during full movement of the flight controls. The upper platform shall be required to have a telescopically lowered tubing hand rail. The forward platform shall be constructed with sufficient strength to allow twenty (20) personnel to stand and view the operation of the hydraulic and flight control systems, and accomplishment of various maintenance tasks. The aft platform will have two levels and consist of no less than four sections. The top level will "wrap" around the tail rotor pylon at a sufficient height to allow easy access to the tail rotor blades and gear bow, while also allowing sufficient vertical clearance for the blades to freely rotate, and for opening of the tail pylon cowling. The second level will run along the left side of the aircraft, extending from the aft end of the fuselage to a point just aft of the engine exhaust fairing. This level will be at a sufficient height to allow convenient access to the tail rotor drive shafts running along the top of the aft fuselage. Access stairs will lead from the floor to the top level on the right side of the aircraft. Stairs will join the second level to the top level on the left side. (2) Materials: All materials shall be new and conform to applicable standards specifications. The platform shall be constructed with an end-to-end bolt together feature to allow rigid bridging applications. Minimal welding shall be used in fabrication of the platforms. Leveling of individual sections shall be provided by jack screws or other suitable means (plus 6 or minus 6 inches). Platforms shall be constructed of a lightweight aluminum alloy, with all extruded shapes to be made from 6000-7000 series aluminum alloy, with decking and stair treads to be made from an appropriate grade of aluminum plank. All surfaces will be sand-blasted, cleaned, and painted with an epoxy strontium chromate yellow primer, and finished with olive drab flat color number 34084. The platforms, and any markings, shall meet all applicable OSHA requirements. The manufacturer will provide warranty coverage and customer assistance for any manufacturing defect or premature material failure of any part of the assemblies. The manufacturer will provide a parts breakdown manual to facilitate identification/ordering of replacement parts from the manufacturer or other authorized source. Each individual section will be delivered fully assembled to Norfolk NAS, VA, (Waterfreight) with final destination as 56 RQS/MA, Keflavik NAS, Iceland. Upon receipt by customer, the platforms shall be ready for use, with only the joining/adjusting of the sections to each other required. (vii) Delivery: Date of delivery will be no later than June 12, 1998; however, an earlier delivery date is desired. Offerors are required to provide projected delivery time with their proposal. Place of Delivery and Acceptance for one (1) assembly Aircraft Maintenance Platforms to be delivered FOB Destination to Waterfreight, Norfolk NAS, VA. Responsibility and Inspection: Unless otherwise specified in the contract or purchase order, the supplier is responsible for the performance of all inspection requirements and Quality Control. (viii) The following FAR provisions and clauses are applicable to this procurement: 52.212-1, Instructions to Offerors-Commercial Items (JUN 1997) is hereby incorporated by reference. Offerors are reminded to submit a technical description of the items being offered in sufficient detail to evaluate compliance with this solicitation. This may include, but is not limited to, product literature, pictures and schematics of the enclosures, and terms of expressed warranties. Each proposal shall include a complete description of the Aircraft Maintenance Platform Assemblies and equipment configuration, and enclosures. Offerors shall submit three references for previous projects showing successful work and related experience. (ix) Solicitation provision at FAR 52.212-2, Evaluation Commercial Items (OCT 1997) is hereby incorporated by reference. The Government will award a contract resulting from this solicitation based on technically acceptable proposal and the lowest offer received. The following factors shall be used to evaluate offers: Technical capability of the item offered to meet the Government's needs, price, delivery schedule, and past performance. (x) Offerors are reminded to include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications Commercial Items (JAN 1997) and 252.212-7000, Offeror Representations and Certifications Commercial Items (NOV 1995) with its offer. Contact our point of contact for full text if necessary. (xi) Clause 52.212-4, Contract Terms and Conditions Commercial Items (MAY 1997), is hereby incorporated by reference. (xii) Clause 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Items (AUG 1996), is hereby incorporated by reference. The following paragraphs apply to this solicitation and any resultant contract 52.203-6, 52.203-10, 52.219-8, 52.222-26, 52.222.35, 52.222-36, 52.222-37, and 52.247-64. (xiii) Additional Contract Terms and Conditions applicable to this procurement are: Clause 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Order Applicable to Defense Acquisitions of Commercial Items (JUL 1997), is hereby incorporated by reference. The following paragraphs apply to this solicitation and any resultant contract 252.247-7023, 252.225-7001, 252.227-7015, 252.225-7035, 252.227-7037, 252.247-7024, and 252.243-7001. (xiv) The Defense Priorities and Allocations Systems (DPAS) assigned rating for this procurement is: unrated. (xv) There are no applicable Commerce Business Daily numbered notes. (xvi) Signed and dated offers must be submitted to and received by 1st Contracting Squadron, 74 Nealy Avenue, Langley AFB, VA 23665, ATTN: Sandy Mount not later than 3:00 PM (EST) 17 Feb 1998. (xvii) Contact Sandy Mount at 757 764-5802, fax 757 764-4965, or e-mail josandra.mount@langley.af.mil for information. A complete copy of the provision at 52.212-3, Offerors Representations and Certifications Commercial Items, shall be submitted with the offer. Offerors submissions shall comply with the instructions set forth in this solicitation and FAR provision 52.212-1, Instructions to Offerors Commercial Items and shall include, in accordance with (IAW) FAR 52.212-1, the following: Technical description of the items being offered in sufficient detail to evaluate compliance with the requirements of the solicitation (i.e. product literature); the terms of any express warranty, price and any discounts; delivery terms; completed copy of the representations and certifications at FAR 52.212-3, past performance information IAW this clause, and shall include all other applicable information required by this clause. Award will be made to the lowest priced, technically acceptable, responsible, responsiveofferor who demonstrates compliance with the requirements of this solicitation and all referenced clauses. Past performance will also be considered. Offerors shall include both unit price and total price with their quote. Delivery shall be made in accordance with contract requirements. (0033)

Loren Data Corp. http://www.ld.com (SYN# 0166 19980204\17-0001.SOL)


17 - Aircraft Launching, Landing and Ground Handling Equipment Index Page