|
COMMERCE BUSINESS DAILY ISSUE OF FEBRUARY 4,1998 PSA#20251st 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
|
|