SOLICITATION NOTICE
69 -- modular ground targets
- Notice Date
- 8/10/2006
- Notice Type
- Solicitation Notice
- NAICS
- 332999
— All Other Miscellaneous Fabricated Metal Product Manufacturing
- Contracting Office
- Department of the Air Force, Air Mobility Command, 6th Contracting Squadron, 2606 Brown Pelican Ave., MacDill AFB, FL, 33621-5000
- ZIP Code
- 33621-5000
- Solicitation Number
- F2V3036174A100
- Response Due
- 8/24/2006
- Archive Date
- 9/8/2006
- Small Business Set-Aside
- Total Small Business
- Description
- This is a combined synopsis/solicitation for commercial services prepared in accordance with FAR 12.6 and 13, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; a quote is requested, and a written solicitation will not be issued. The request for quote number is F2V3036174A100 The solicitation incorporates provisions and clauses as those in effect through Federal Acquisition Circular 2005-10. DESCRIPTION: Contractor shall furnish all materials and transportation/shipping to build, clean, prime, paint and deliver mock-up exterior static display for use on the Avon Park AFR, FL tactical range (approximately 95 miles from Macdill AFB). All mock-ups must be made to the specifications below. Installation of the mock-ups shall be at Avon Park AFBR, not at Macdill AFB. All mock-ups shall be able to sustain 80 MPH winds for 24 hours, and gusts up to 100 MPH. The displays need to have weather proofing for rain and exposure to the sun. The model will be built and reinforced for the exterior display. A WARRANTY IS REQUIRED ON ALL WORK. The required mock-ups are as follows: 1. SCOPE OF WORK The contractor shall fabricate and deliver five each SA-6 missile launcher replicas and five each ZSU 23/4 self propelled anti aircraft gun replicas to Avon Park AFR, 28 South Blvd Avon Park Florida 33825. Replicas shall be realistic fabrications based on pictures contained in this SOW and actual photos available on the internet. Assemblies shall be built with full scale subassemblies to replicate real world assets. Finished product should be painted O.D. green. Overall dimensions of the ZSU 23/4 units will be 20 foot in length, 9 foot 6 inches in width with a main body height of 7 foot 4 inches. Additional dimensions will be approximated based on known length and width and scaled as determined by photos to provide a realistic appearance. Overall dimensions of the SA-6 TEL units will be 22 foot in length, 9 foot 6 inches in width with a main body height of 5 foot 2 inches. Missile base assembly will be 7 foot 4 inches in length and 6 foot 8 inches in width. Height of the missile carriage assemble will be 6 foot 6 inches in the front and 2 foot 8 inches in the rear. Missile assemblies shall be approximately 12 inches in diameter and 17 foot 8 inches in length. Additional dimensions will be approximated based on known length and width and scaled as determined by photos to provide a realistic appearance. All assemblies should be constructed with a steel frame skeleton and 20 gauge galvanized sheet metal skin. The assembly should be designed and fabricated to allow for panel replacement and frame segment repair or replacement being a key factor. The steel skeleton structure will be primed and painted prior to panel installation. Individual panels will be attached to the steel skeleton by galvanized self tapping screws. The main structure of the finished products must be fabricated to be rigid in design and capable of being lifted from the middle of the main structure or supported on the ends with out buckling or bending. Each assembly will be fitted with lifting points at the base of the main structure and be designed to be lifted with standard forklift forks. Please contact the POC below for pictures of similar targets that are not outfitted for moving. Contractor will be responsible for containing any rubbish/waste generated by the work force or material delivery at the end of each day. The contractor will remove all contractor-generated rubbish by the end of the contract period. All Contract personnel, including subcontracted personnel and delivery truck staff will follow base traffic laws, wear seat belts while on base and follow the most direct route from the entry gate to the delivery site. 2. TESTING In accordance with 52.212-4, ?Inspection/Acceptance. The Contractor shall only tender for acceptance those items that conform to the requirements of this contract. The Government reserves the right to inspect or test any supplies or services that have been tendered for acceptance. The Government may require repair or replacement of nonconforming supplies or reperformance of nonconforming services at no increase in contract price? 3. DELIVERY The vendor shall be responsible for all transportation required for this effort to include return shipping if required to correct discrepancies noted during incoming inspection. 4. OTHER TERMS AND CONDITIONS This acquisition is 100% set-aside for small business, the North American Industry Classification System code (NAICS) is 332999, the size standard is 500 employees (Not to Exceed). Proposals must list the DUNS number, CAGE code. All contractors doing business with the federal government must be registered in CCR. Offerors may obtain information on registration and annual confirmation requirements via the Internet at http://www.ccr.gov or by calling 1-888-227-2423 or 269-961-5757. DELIVERY ADDRESS: AVON PARK AIR FORCE RANGE, 29 South BLVD, Avon Park AFR, FL 33825-5700. PROVISIONS/CLAUSES: The following FAR and DFARS provisions and clauses apply: 52.212-1, Instruction to Offerors-Commercial. In accordance with 52.212-2, Evaluation-Commercial Items, offers will be evaluated based on price, technical acceptability, and delivery time. FAR 52.212-3, ?Offeror Representations and Certifications -- Commercial Items? must be submitted with all offers. This form can be submitted online via; https://orca.bpn.gov/ instructions are located at the website. If you chose to complete the online version you must annotate this with your offer. An Ombudsman has been assigned to this solicitation and any subsequent award, see AFFARS 5352.201-9101. Additional FAR and DFAR clauses include; 52.212-4, 52.212-5, 52.219-6, 52.222-19, 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.225-13, 52.232-18, 52.232-33, 252.212-7001, 252.225-7001, 252.247-7024. Currently no funds are available for this acquisition. An award will only be made if and when funds become available, see FAR 52.232-18. Additionally all payments made from any subsequent award will be made through the online invoicing system, Wide Area Workflow (WAWF). Instructions on registering and using this system are located at https://wawf.eb.mil/. Any questions concerning this solicitation MUST be submitted in writing (fax or email, email preferred) to the point of contact listed below. Offers may be faxed or emailed (email preferred). Offers must be received no later than 24 August 2006, 3:00 pm EST. Points of Contact for this Solicitation are: Primary: Captain Jeff Burhart, phone 813-828-1322, email: jeff.burhart-02@macdill.af.mil, fax 813-828-1091
- Place of Performance
- Address: 29 South BLVD, Avon Park AFR, FL
- Zip Code: 33825-5700
- Country: UNITED STATES
- Zip Code: 33825-5700
- Record
- SN01111669-W 20060812/060810221243 (fbodaily.com)
- Source
-
FedBizOpps Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |