SOLICITATION NOTICE
54 -- PHASE MAINTENANCE PLATFORMS FOR THE CH-47, BOEING CHINOOK
- Notice Date
- 7/24/2002
- Notice Type
- Solicitation Notice
- Contracting Office
- USPFO for Connecticut, 360 Broad Street, Hartford, CT 06105-3795
- ZIP Code
- 06105-3795
- Solicitation Number
- DAHA06-02-R-0013
- Response Due
- 8/15/2002
- Point of Contact
- Diana Marini, 860-524-4873
- E-Mail Address
-
Email your questions to USPFO for Connecticut
(Diana.Marini@ct.ngb.army.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- NA This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation, proposals are be ing requested and a written solicitation will not be issued. The solicitation number is DAHA06-02-R-0013 and is issued as a Request for Proposal (RFP). SIC code is 3537, with size standard of 750. The solicitation document and incorporated provisions and c lauses are those in effect through Federal Acquisition Circular 2001-07. The proposed contract is 100% set aside for small business concerns. The Army National Guard has a requirement for a total of two each, Phase Maintenance Platforms for the BOEING, CHI NOOK Series CH-47 Helicopter. The Government considers PWCH47P-PS with PWCH47P-LSP (Left Side), Phase Maintenance Platform manufactured by West Coast Weld Tech, Inc or Equal to meet the minimum requirements of the Government. Minimum salient physical, fun ctional and performance characteristics that an Equal item must meet to be acceptable are as follows: The product must comply with OSHA requirements under the required General Industry Regulations as outlined in CFR-29, Part 1910. Light weight, high streng th aluminum, modular design, to form a mobile wrap-around aircraft maintenance bay providing safe access to all crucial service areas of the aircraft. Non-slip safety-grip, tread surface and rubber bumpers to protect the sides of the aircraft. The platfor ms will be equipped with electrical outlets and compressed air outlets; fold down hand rails; sliding deck panels which allow for a contoured fit to the aircraft; cross bracing on support legs; deck elevations at crucial points. All handrails will have ki ck rails on bottom of rails for safety and security from dropped tools or rolling material. All platform modular components and sliding panels will be locked in place with stainless steel hardware. Swivel castor wheel assemblies giving full mobility and adjustable height will have a positive locking safety feature. Materials: Platforms shall be fabricated from structural aluminum, with decking and stair treads to be made from an appropriate grade of aluminum plank. All material shall be new and conform to all applicable standards and specifications. Aluminum surfaces will be left with a natural finish. Features: The platforms, and any markings, shall meet all applicable OSHA requirements. The product's frame must be a simple bolt-together structure that ca n easily be disassembled for storage or shipping. Leveling of individual sections of the platform shall be provided by jackscrews or other suitable means to adjust for variance in aircraft height due to loading, floor-surface and preferred working height. All handrails must be at least 42 inches in height, adjustable for ease of docking. Main maintenance platform certified uniformed load rating of 4500 lbs would assure sufficient safe load-strength construction to allow for tools and replacement parts and for personnel to stand and view the operation. Stair sections must support a three(3) person load rating. Platform walking and working surfaces will be sufficient in structure to prevent aircraft hardware, tools and miscellaneous items from passing throug h the surface and possibly injuring personnel below. Platforms will have a flush mounted GFI electrical plug in connection with 3 plug-in receptacles centrally located, to allow the safe use of power hand tools and/or lighting. Platforms will each have a n emergency shut-off switch installed. Maintenance platforms will have pre-installed capability of pressurized air lines, airline hook-ups will be centrally located on the platforms. The manufacturer will provide a three-year warranty and full technical support and training upon delivery. The manufacturer will provide a parts breakdown manual to facilitate identification/ordering of replacement parts from the m anufacturer or other authorized source. Each individual section will be delivered fully assembled. Descriptive literature and technical specifications are required with submitted proposal. Offerors are required to submit a technical description of the item s 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 com plete description of the aircraft maintenance platform assemblies and equipment configuration, and enclosures. The acquisition will be FOB Destination with Delivery and Acceptance points at the following location: CT AVCRAD, 139 Tower Ave, Groton-New Lond on Airport, Groton, Connecticut, 06340-5300. Delivery date shall be within 60 days of receipt of order. Award will be based on the evaluation of proposals for conformity to the synopsis/solicitation, technical capability of equipment, price, and past perfo rmance; technical and past performance are approximately equal to cost or price. Vendors are requested to submit past performance information to include persons of contact on the last three contracts for similar equipment. The provision of FAR and 52.212-3 , Offeror Representations, applies to this RFP. A completed and signed copy of provision 52.212-3 shall be submitted with all offers. The following Federal Acquisition Regulations (FAR) and its supplements DFAR and AFAR provisions and clauses apply to thi s acquisition; 52.212-1, Instructions to Offerors -- Commercial Items; 52.212-2, Evaluation ? Commercial Items; 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; 52.203-6, Restrictions on Subcontractor Sales to the Government, with Alternate I; 52.222-21, Prohibition of Segregated Facilities; 52.222-22 Previous Contracts and compliance Reports; 52.222-25, Affirmative Action Compliance; 52 .222-26, Equal Opportunity; 52.232-33 Payment by Electronic Funds Transfer -- Central Contractor Registration; 252.246-7000 -- Material Inspection and Receiving Report; 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executiv e Orders Applicable to Defense Acquisitions of Commercial Items; 252.225-7001, Buy American Act and Balance of Payments Program; 252.204-7004, Required Central Contractor Registration. You can visit the website at www.arnet.gov/far for the provisions and c lauses needed for this synopsis/solicitation. PHONE CALLS ARE DISCOURAGED in response to this notice, e-mail address is provided below. Offers must be submitted to the USPFO for Connecticut, Purchasing and Contracting Division, ATTN: Diana Marini, 360 Broa d Street Hartford, Connecticut 06105-3779. Not Later Than 2:00 PM, August 15, 2002. You may register for this combined synopsis/solicitation at the following website: http://www.ct.ngb.army.mil/ebs/AdvertisedSolicitations.asp
- Place of Performance
- Address: USPFO for Connecticut 360 Broad Street, Hartford CT
- Zip Code: 06105-3795
- Country: US
- Zip Code: 06105-3795
- Record
- SN00124451-W 20020726/020724213532 (fbodaily.com)
- Source
-
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |