SOLICITATION NOTICE
25 -- Aviation Ground Support Equipment
- Notice Date
- 9/18/2004
- Notice Type
- Solicitation Notice
- NAICS
- 332323
— Ornamental and Architectural Metal Work Manufacturing
- Contracting Office
- ACA, Yuma Proving Ground - DABK41, ATTN: SFCA-SR-YM, Directorate of Contracting, Buidling 2100, Ocotillo Street, Yuma, AZ 85365-9106
- ZIP Code
- 85365-9106
- Solicitation Number
- W9124R-04-T-0075
- Response Due
- 9/23/2004
- Archive Date
- 11/22/2004
- Small Business Set-Aside
- Total Small Business
- Description
- 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 being requested and written solicitation will not be issued. The U. S. Army Yuma Proving ground has a requirement to purchase Aviation Ground Support Equipment. The equipment is being procured in support of the Laguna Army Airfield at the U. S. Army Yuma Proving Ground. The Request for Quote number W9124R-04-T-0075 and incorporates provisions and clauses in effect through Federal Acquisition Circular (FAC) 2001-24 and Defense Federal Acquisition Regulation Supplement (DFARS), 1998 Edition, current t o DCN 2004-625. This acquisition is being solicited as a 100% Small Business Set Aside. The North American Industry Classification System (NAICS) code is 332323 and the small business size standard is 500 employees. The resultant contract will be firm f ixed price. It is anticipated that payment under this contract will be made via government VISA credit card. Offerors shall account for any costs associated with accepting credit card payment in their quote. Quotes are being solicited for the following i tem: CLIN 001-6 each UH-1H Huey Maintenance Stand/Work Platform, CLIN 002-2 each Jet Ranger (OH-58D) Maintenance Stand/Work Platform, CLIN 003-6 each Cowling Racks, CLIN 004-6 each Rolling Carts, CLIN 005-4 each Parts Carts, CLIN 006-2 each Helicopter Door Mount Rack, Huey (UH-1H) Design. Brand Name or Equal. The manufacturer of the aviation ground support equipment brand name All Metal M.S., 4365 S. Cameron Street Suite B, Las Vegas, Nevada 89103. All Offerors proposing an equal item shall demonstrate th at the proposed item meets or exceeds all of the following minimum salient characteristics of the brand name item being solicited. Six of the Maintenance Stand/Work Platforms must be designed for the UH-1H Huey. Two of the Maintenance Stand/Work Platforms must be designed for the Jet Ranger (OH-58D0). Both sets of Maintenance Stands/Work Platforms must include the following; all work surfaces shall be of a non-slip finish or material, overall color of the item shall be yellow, a minimum of tow (2) work/too l trays shall be attached to each platform, all wheels/casters shall be provided with a locking feature. The six Cowling Racks must include the following; overall color of the item shall be yellow, all wheels/casters shall be provided with a locking featu re. The six Rolling Carts must measure 5x4x8 with 3 full 4x8 decks. The Rolling Carts must include the following; overall color of the item shall be yellow, all wheels/casters shall be provided with a locking feature. The four Parts Carts must meas ure 2x4 with 3 full 2x4 decks. The Parts Carts must include the following; overall color of the item shall be yellow, all wheels/casters shall be provided with a locking feature. The two Helicopter Door Mount Racks shall be designed to fit the Huey d oor. The Helicopter Door Mount Rack must be able to hold four (4) doors. The Helicopter Door Mount Rack must include the following; overall color of the item shall be yellow, all wheels/caters shall be provided with a locking feature. Award will be made to the low priced offeror whose proposed product meets or exceeds the minimum Salient Characteristics provided within this notice. The following Federal Acquisition Regulation (FAR) provision apply to this acquisition: FAR 52.212-1, Instructions to Offe rors-Commercial items (Jan 2004); 52.212-3, Offeror Representations and Certifications-Commercial Items (May 2004) with Alt I (Apr 2002), all offerors shall include with their offer a completed copy of FAR 52.212-3, Alt I. Copies of FAR 52.212-3, Alt I are available upon request from the Contracting Officer. They may also be obtained on the web at http://farsite.hill.af.mil/vffara.htm. FAR 52.212-4, Contract Ter ms and Conditions-Commercial Items (Oct 2003); FAR 52.212-5, Contract Terms and Conditions required to Implement Status or Executive Order-Commercial Items (June 2004); specific clauses cited in FAR 52.212-5 that are applicable to this acquisition are: FAR 52.222-3 Convict Labor (June 2003); FAR 52.222-19 Child LaborCooperation with Authorities and Remedies (June 2004); FAR 52.222-21, Prohibition of Segregated Facilities (Feb 1999); FAR 52.222-26, Equal Opportunity (Apr 2002); FAR 52.222-35, Equal Opportuni ty for Special Disabled Veterans, Veterans of the Vietnam Era and Other Eligible Veterans (Dec 2001); FAR 52.222-36, Affirmative Action for Workers with Disabilities (June 1998); FAR 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of t he Vietnam Era and other Eligible Veterans (Dec 2001); FAR 52.232-33, Payment by Electronic Funds TransferCentral Contractor Registration (Oct 2003). 52.232-36 , Payment by Third Party (May 1999). The following DFARS clauses applies to this acquisition: D FAR 252.212-7001 contract Terms and Conditions Requited to Implement Statures or Executive Orders Applicable to Defense Acquisitions of Commercial Items (June 2004). Specific clauses cited in DFAR 52.212-7001 that are applicable to this acquisitions are: DFARS 252.225-7036 Buy American Act-North American Free Trade Agreement Implementation Act-Balance of Payments Program (Jan 2004). An addendum is incorporated into the solicitation to include FAR and DFARS clauses as follows: FAR 52.247-34 F.O.B. Destinat ion (Nov 1991); FAR 52.211-6 Brand Name or Equal (Aug 1999) and DFAR 252.204-7004 Required Central Contractor Registration (Nov 2003). Any technical questions concerning this requirement shall be e-mailed to Samuel.Colton@yuma.army.mil on or before COB 21 September 2004. All offers being submitted via U.S. postal Service shall be addressed to the U.S. Army Yuma Proving Ground, SFCA-SR-YM (Samuel Colton), 301 C. Street, Yuma, AZ 85365-9498. Offers being submitted via any other carrier (i.e. FedEx or UPS) shall be addressed to the U.S. Army Contracting Agency (ACA) Yuma Directorate of Contracting, SFCA-SR-YM (Samuel Colton), Building 2100, Room 8, Yuma, Arizona, 85365-9106. Offers may also be submitted via facsimile to 928-328-6849 or E-mail to Samuel.Colto n@yuma.army.mil. E-mail submission is preferred. All offers must be received in the Contracting office no later than 9:00 A.M. MST, September 23, 2004, regardless of method of submission. As a minimum, offerors shall include with their signed proposal t he following information: (1) RFQ number, (2) company name and address, (3) point of contact with telephone and facsimile number and e-mail address, (4) a completed copy of both FAR 52.212-3 Representations and Certifications Alt, (5) price both unit price and total price for each line item to include any applicable freight, (6) proposed delivery schedule, (7) sufficient technical literature and description to enable the Government to evaluate conformance with the technical requirements, and (8) a statement indicating that the Government VISA credit card will be accepted as the method of payment. Offers that fail to furnish required representations or reject the terms and conditions of this solicitation may be excluded from consideration. If you plan on par ticipating in this acquisition, you are required to provide your name, address, phone number and e-mail address to Samuel.Colton@yuma.army.mil for notification of any amendments. See Note 1.
- Place of Performance
- Address: ACA, Yuma Proving Ground - DABK41 ATTN: SFCA-SR-YM, Directorate of Contracting, Buidling 2100, Ocotillo Street Yuma AZ
- Zip Code: 85365-9106
- Country: US
- Zip Code: 85365-9106
- Record
- SN00676579-W 20040920/040918211629 (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 |