SOLICITATION NOTICE
40 -- Helicopter cargo nets
- Notice Date
- 10/16/2002
- Notice Type
- Solicitation Notice
- Contracting Office
- BLM NATIONAL INTERAGENCY FIRE CENTER 3833 S DEVELOPMENT AVE BOISE ID 83705
- ZIP Code
- 83705
- Solicitation Number
- RAQ032300
- Archive Date
- 10/16/2003
- Point of Contact
- Nancy Kay Ryan Contracting Officer 2083875717 nryan@nifc.blm.gov
- E-Mail Address
-
Email your questions to Point of Contact above or IDEASEC HELP DESK
(EC_helpdesk@NBC.GOV)
- Small Business Set-Aside
- Total Small Business
- Description
- This is a combined synopsis/solicitation for a commercial item prepared in accordance with the format in Federal Acquisition Regulations (FAR) Subpart 12.6 as supplemented with additional information included in this notice. This announcement constitutes the only solicitation and a written solicitation will not be issued. Firm, fixed-price offers are requested under Request for Quotations (RFQ) solicitation #RAQ032300. This document incorporates provisions and clauses in effect through Federal Acquisition Circular (FAC) 2001-09. This solicitation is set-aside 100% for small business. Product/Service code 4020, NAICS code 314991, and SIC 2298 applies; business size standard is 500 employees. 1. REQUIREMENT: The Bureau of Land Management (BLM) at the National Interagency Fire Center (NIFC) has a requirement for 200 each helicopter cargo nets for use in wildland fire suppression work and other remote field projects. The cargo nets shall conform to the attached specifications and current USDA-Forest Service Standard 5100-500e, "Accessories, External-Loading, Helicopter, dated July, 1991 and Amendment #1. 2. SPECIFICATIONS: (a) Each helicopter cargo net shall transport 6,000 pounds (2,727 kg) of cargo and be constructed to meet a safety factor requirement of 3.75 to 1. The net shall be 15 feet (457 cm) square, consist of net mesh and a perimeter rope of a size that shall meet the working load weight and safety factor requirements, with tethering rings connecting the two segments of the perimeter rope. Thimbles shall be used so the perimeter rope performs as a drawstring as the load is lifted, enclosing the top of the net during transport. The perimeter rope shall be divided into two segments of equal length with rings at the segment junctions. (b) All component materials shall be new and not reprocessed or reworked. The cord and rope shall be of any color other than fluorescent orange. (c) The net mesh intersections shall be fastened. The spacing between the intersecting strands shall be maintained during all usage of the net so that the distance between the centers of adjacent intersections shall not exceed 6 inches (15 cm), plus or minus 1 inch (3 cm). (d) The perimeter rope of the cargo net shall be nylon or other man-made fiber and treated for abrasion-resistance by a minimum of two coats of fluid borne and deposited polyurethane solids so as to allow maximum slippage of thimbles. All materials used shall not be affected by exposure to desert sunlight or outdoor storage for periods of at least one (1) year. All materials used shall be unaffected in their physical properties by exposure to dust, moisture, herbicides, pesticides, and other chemicals found in general firefighting and forestry work conditions, or to JP-4 jet fuel and oils, and additives used for and around helicopters. (e) The extremities of the cargo net shall be fitted with metal thimbles, spliced or swaged to the ends of the net strands. Splices shall incorporate a minimum of four tucks. All thimbles shall be rated "extra heavy". Thimbles shall not crack or break when the net is stressed to maximum working load. (f) Each net shall be marked showing the rated capacity, the manufacturer, the date of manufacture, and the service life or strike date where applicable. Markings shall be permanently stamped or embossed on a metal or sewn-on tag that shall be securely attached to the net. 3. PACKAGING AND MARKING. Each cargo net shall be packed into a triple-wall RSC style fiberboard box with a 500 pounds per square inch (psi) (34,474 mbar) bursting strength, sized properly for the finished net so there is a minimum of dead air space in each box. The two opposite ends of each box shall be marked "NFES 0458 - NET" with lettering a minimum of 1 inch (3 cm) in height. 4. FIRST ARTICLE SAMPLE: (a) The Contracting Officer (CO) shall issue a written notice of approval, conditional approval, or disapproval within five (5) working days of the sample inspection. A notice of conditional approval shall state any further action required of the Contractor. A notice of disapproval shall cite reasons for the disapproval. A notice of conditional approval or approval shall not relieve the Contractor from complying with all requirements of the specifications and all other terms and conditions of the order. (b) If the sample is disapproved, the Contractor, upon Government request, shall make any necessary changes, modifications, or repairs to the sample. All costs related to these changes are to be borne by the Contractor. The Government reserves the right to require an equitable adjustment of the order price for any extension of the delivery schedule, or for any additional costs to the Government related to such changes. (c) If the Government does not act within the time specified above, the CO shall, upon timely written request from the Contractor, equitably adjust under the "Changes" clause the delivery or performance date or the order price, and any other contractual terms affected by the delay. (d) If the Contractor fails to deliver the sample on time, or the CO disapproves the sample, the Contractor shall be deemed to have failed to meet delivery within the meaning of the "Termination for cause" clause. (e) If the sample is approved, the Contractor may deliver it as part of the quantity if it meets all requirements for acceptance. After the sample has been approved as conforming to the specifications, the Contractor shall deliver the remaining cargo nets to the destination site in accordance with the delivery schedule. (f) Before sample approval, the acquisition of material or components for, or the commencement of production of the balance of the quantity is at the sole risk of the Contractor. Before sample approval, costs shall not be allocable to the order for (1) progress payments, or (2) termination settlements if the order is terminated for the convenience of the Government. (g) First article requirements may be waived if the Contractor has met the first article requirements under a previous order with BLM-NIFC. 5. DELIVERY. (a) The first article cargo net shall be delivered within 30 calendar days after award. The balance of the cargo nets shall be delivered by February 1, 2003 after acceptance of the first article. (b) Delivery shall be made FOB Destination to National Interagency Fire Center, Bureau of Land Management, 3833 S. Development Ave., Boise, ID 83705-5354. "FOB Destination" means all transportation or freight costs shall be paid by the Contractor and included in the unit price quoted for each item. 6. CLAUSES. The following provisions and clauses apply to this procurement: (a) FAR 52.212-01 INSTRUCTIONS TO OFFERORS - COMMERCIAL ITEMS; (b) FAR 52.212-03 OFFEROR REPRESENTATIONS AND CERTIFICATIONS - COMMERCIAL ITEMS; (c) FAR 52.212-04 CONTRACT TERMS AND CONDITIONS - COMMERCIAL ITEMS; (d) FAR 52.212-05 CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OF EXECUTIVE ORDERS COMMERCIAL ITEMS (the following FAR clauses apply under paragraph (b)); 52.222-19; 52.222-21; 52.222-26; 52.222-35; 52.222-36; 52.222-37; 52.222.19; 52.225-01; 52.225-13); (e) 52.219-06 NOTICE OF TOTAL SMALL BUSINESS SET-ASIDE; (f) BLM 1510.037 ELECTRONIC FUNDS TRANSFER PAYMENTS; (g) FAR 52.204-06 DATA UNIVERSAL NUMBERING SYSTEM (DUNS) NUMBER; (h) 1510.308 NOTICES TO QUOTERS; (i) 52.212-02 EVALUATION - COMMERCIAL ITEMS (evaluation factors: (1) price, (2) specification compliance, (3) past performance). The full text of these provisions and clauses may be accessed electronically at http://www.arnet.gov/far/ or upon request from the CO. 7. INSTRUCTIONS TO OFFERORS: Quotes shall be submitted in writing on a SF18, SF1449, company letterhead, or electronic commerce at website: http://ideasec.nbc.gov/. Quotes shall include: (1) RFQ number; (2) company name and address; (3) point of contact, (4) phone number, (5) fax number, (6) delivery period in terms of number of days or weeks, (7) unit price, (8) extended price, (9) prompt payment discount terms, and (10) a completed copy of FAR 52.212-03 OFFEROR REPRESENTATIONS AND CERTIFICATIONS - COMMERCIAL ITEMS provision. Quotes shall be submitted by Midnight on November 1, 2002, local time to the NIFC, BLM, ATTN: Kay Ryan, 3833 S. Development Ave., Boise, ID 83705-5354 or by FAX at 208-387-5574. All responsible offerors may submit a quotation that, if timely received, shall be considered for award.
- Web Link
-
Please click here to view more details.
(http://ideasec.nbc.gov/ecprod/owa/ec$cbd.sypfirstcount?P_SERVER_ID3=LM142201&P_OBJ_ID1=402683)
- Record
- SN00188980-W 20021018/021016213447 (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 |