|
COMMERCE BUSINESS DAILY ISSUE OF JUNE 29,1999 PSA#2377United States Air Force, United States Air Force Europe, 48 CONS/LGC,
RAF Feltwell, Unit 5070 Box 270, RAF Feltwell, UK, 09461-0270 16 -- CONFORMAL AIRCRAFT SEATS SOL F61775-99-Q2258 DUE 071699 POC
Chris Carlson, Contract Specialist, Phone 441638527190, Fax
441638527192, Email chris.carlson@lakenheath.af.mil -- Jim
Westmoreland, Team Leader, Phone 226 7182, Email
jim.westmoreland@lakenheath.af.mil WEB: Visit this URL for the latest
information about this,
http://www.eps.gov/cgi-bin/WebObjects/EPS?ACode=P&ProjID=F61775-99-Q22
58&LocID=785. E-MAIL: Chris Carlson, chris.carlson@lakenheath.af.mil.
This is a combined synopsis/solicitation for Commercial items prepared
in accordance with the format in FAR subpart 12.6 and supplemented
with additional information included in this notice. This announcement
constitutes the solicitation; quotations are being requested and a
written solicitation will not be issued. The solicitation number is
F61775-99-Q2258. The solicitation is issued as a Request for Quotation
(RFQ). The solicitation document and incorporated provisions and
clauses are those in effect through Federal Acquisition Circular 97-11
and DFARS Change Notice 19990614. All responsible sources may submit
a written proposal, which will be considered. Facsimile submissions
will not be accepted. The Standard Industrial Classification (SIC) code
for the solicitation is 2399, the small business size standard is 500
employees. This combined synopsis/solicitation is unrestricted. All
specifications listed below are for Oregon Aero or equal KC-135
aircraft seat cushions. Oregon Aero Part numbers are: 341350PC and
341350NB, quantity is 30 each of both part numbers. Seat cushions will
meet the following: a. Seat cushions are contoured for natural spinal
alignment, increasing the spine_s compressive load capability and
enhancing crew survivability in the event of aircraft impact. b. Seat
cushions are constructed with energy absorbing, visco-elastic, aqueous
foam that provides attenuation of impact forces. Foam material shall
allow a ball rebound of less then .5 inch when struck by a 6 ounce ball
dropped from a height of 23 inches and exhibit a recovery rate of no
less than 2.5 minutes after 80% compression for 2 hours. Foam material
shall react to body temperature, allowing uniform pressure
distribution across the seating area. c. Seat cushions will provide
flotation capability in accordance with FAA TSO-C72c. d. All materials
used in the construction of the seat cushions meet flammability
requirements in accordance with FAA Regulations for Transport Category
Aircraft, Paragraph 25.853(b) and Appendix F, Part1. e. The energy
absorbing, visco-elastic, aqueous foam is protected against abrasion.
f. The upholstery fabric exhibits no significant wear or piling when
subjected to 100,000 8 Deck rubs via the Wyzenbeck method. The fabric
shall pass 250 hours of carbon arc exposure without significant color
change per ASTM G23-81. Fabric shall exhibit minimum burst strength of
275 PSI per Federal Standard 191A-5122. g. The fabric is protected
from abrasion sources where necessary. h. Seat cushions exhibit a
guaranteed life expectancy of no less than two years under normal use.
All seat cushions will be covered in Government furnished sheepskins.
DELIVERY REQUIREMENTS: For US vendors the seats shall be delivered to:
AF Consolidated Containerization Point, Defense Depot Susquehanna, Bldg
2001, New Cumberland, PA 17070-5001. For foreign vendors the delivery
point is: 100AGS/MA, Bldg. 774, RAF Mildenhall, Bury St Edmunds,
Suffolk IP28 8NG. Contractor to provide best delivery schedule. The
Government_s latest delivery date is060 days ARO. Contractor will
indicate FOB point on proposal. The Government will accept and inspect
the units at RAF Lakenheath, England. PROPOSAL PREPARATION
INSTRUCTIONS: The provision at 52.212-1, Instructions to Offerors _
Commercial items, applies to this acquisition. Offerors shall provide
a firm fixed-price for above items. Shipping charges, if any, must be
added as a separate line item. Successful contractor must meet all the
responsibility requirements of Subpart 9.1 of the Federal Acquisition
Regulation (FAR). A written notice of award or acceptance of offer,
mailed or otherwise furnished to the successful offeror, shall result
in a binding contract without further action by either party. All
clauses in italics are applicable to US vendors only. The following
clauses also apply: 52.212-4 Contract Terms and Conditions _ Commercial
Items, 52.212-5 Contract Terms and Conditions Required to Implement
Statutes or Executive Orders _ Commercial Items, 52.232-33 Payment by
Electronic Funds Transfer-Central Contractor Registration, 52.229-6
Taxes _ Foreign Fixed Price Contracts, 52.214-21 Descriptive
Literature, 252.222-7002 Compliance With Local Labor Laws (Overseas),
252.225-7032 Waiver of United Kingdom Levies, 252.225-7042
Authorization to Perform, 252.229-7000 Invoices Exclusive of Taxes or
Duties, 252.229-7001 Tax Relief, 252.229-7008 Relief from Import Duty
(United Kingdom), 252.229-7006 Value Added Tax Exclusion (United
Kingdom), 252.232-7008 Assignment of Claims, 252.233-7001 Choice of Law
(Overseas), 5352.225-9102 Submission of Offers in Other Than United
States Currency. DFARS 252.212-7001, Contract Terms and Conditions
Required to Implement Statutes or executive Orders Applicable to
Defense Acquisitions of Commercial Items applies to this acquisition
including the following DFAR clause, 252.204-7004 Required Central
Contractor Registration (CCR), prior to receiving any award, U.S.
contractors must be registered in CCR. If not already registered, you
should immediately register with CCR by calling 1-888-227-2423 or via
the Internet at http://ccr.edi.disa.mil/. The full text of these
clauses and provisions may be viewed in full text at the following web
site: http://farsite.hill.af.mil. All proposals should be clearly
marked with the bidders name and solicitation number. The due date for
submission of proposals is 4:00 PM local time, 16 July 1999; for U.S.
vendors send to 48th Contracting Squadron, Attn.: SSgt Chris Carlson,
Unit 5070 Box 270, APO AE 09461-0270; for UK vendors send to 48th
Contracting Squadron, Bldg. 55 Marham Road, RAF Feltwell Thetford
Norfolk IP26 4HL. Facsimile submissions will not be accepted. Point of
contact: SSgt Chris Carlson 011 44 1638 527190. Offerors are
responsible to comply with this notice and any amendments thereto.
Amendments to this RFQ will be published in the same manner as the
initial synopsis/solicitation. Posted 06/25/99 (D-SN347243). (0176) Loren Data Corp. http://www.ld.com (SYN# 0222 19990629\16-0013.SOL)
16 - Aircraft Components and Accessories Index Page
|
|