SOLICITATION NOTICE
66 -- Crash Recovery Dynamometers
- Notice Date
- 12/21/2006
- Notice Type
- Solicitation Notice
- NAICS
- 334519
— Other Measuring and Controlling Device Manufacturing
- Contracting Office
- Department of the Air Force, Air Mobility Command, 319 CONS, 575 Tuskegee Airmen Blvd, Building 418, Grand Forks AFB, ND, 58205, UNITED STATES
- ZIP Code
- 00000
- Solicitation Number
- Reference-Number-F2A2X36334A200
- Response Due
- 1/9/2007
- Archive Date
- 1/24/2007
- Small Business Set-Aside
- Total Small Business
- Description
- This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subparts 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation, proposals/quotes are being requested and a written solicitation will not be issued. The 319th Contracting Squadron at Grand Forks AFB, ND intends to a firm fixed price purchase order to Data Weighing Systems Inc.?s Crash Recovery Dynamometer, OR EQUAL. This solicitation is a 100% Small Business set-aside in accordance with FAR Part 19. The Crash Recovery Dynamometers must conform to the Buy American Act. Minimum requirements are as follows: Line Item 0001: Model number Dil-36200-0051; ED Extreme 10 Ton Dynamometer for aircraft stabilization during a bag lift, with Radio for hand held communicator to monitor stress on aircraft remotely, and 2 Shackles with each dynamometer 10,000 lbs x 2 lbs, 6 each. (View the dynamometer specifications below) Line Item 0002: Model Number Dil-36200-0085; ED Extreme 50 Ton Dynamometer for aircraft stabilization during a bag lift, with Radio for hand held communicator to monitor stress on aircraft remotely, and 2 Shackles with each dynamometer 100,000 lbs x 20 lbs, 2 each. (View the dynamometer specifications below) Dynamometer specifications: Enclosure: suitable for continuous outdoor use Accuracy .1% of capacity Repeatability: .1% of capability Factor of safety: 50 ton 5:1, 10 ton 7:1 Body protection: aluminum capacities are anodized alloy steel capacities are electro less nickel-plated. Bearings: unmatched repeatability obtained by needle bearings in shackle pin holes up to 10K, shackle pin acts as inner race. Shackles: forged industry standard anchor shackles models up to 10 K use precision machined shackle pin higher capacities use forged pin. Display: 128x64 DOT-graphic LCD display shows up to 6 digits 1 ?high, plus enunciators and soft keys. Digits are .11 inches thick for unmatched readability Display update rate: 2 times per second Connector: recessed sealed connector may be used for serial communications or connection to a communicator remote. Calibration: traceable to national institute of standards and technology certificate included with curve of readings passes only with 3 consecutive confirming runs with all points in specification Battery life: 200 hours typical use, with 2 c cell alkaline batteries 20 typical with radio link system Included with instrument: carrying case, batteries, manual, and certificate of calibration 50 K included with shackles includes shackle crate and spacers Options: shackles, 2.4 GHZ radio board, and display backlight. Line Item 0003: Model number Dil-36170-0016; Handheld Communicator with Radio and Backlight, for monitoring airframe stress remotely, 4 each. (View the specifications below) Communicator Specifications: Enclosure: designed NEMA 3-ip44 with optional sleeve suitable for protected outdoor use Instrument size: 9.0x4.6x1.8? Accuracy: N/A only sends and receives digital information Display: 128X64. Graphic LCD display can show full readings up to 5 instruments Battery life: 60 hours wire line, 20 hours radio using 4 AA Alkaline batteries under typical use Connectors: sealed connectors may be used for serial communications and wire connections to dynamometer. Included with remote: carrying case and batteries Radio Specifications: Frequency: 2.4 GHZ spread spectrum operates between 2.402-2.478 GHZ continuously and automatically changes frequencies many times per second for consistent reliable communications Output level: 10mW (20dbm) Display update rate: 2 times per second with single dynamometer Multi instrument networks results in reduced updates Number of networks: 63 remotes can operate independently in the same airspace with unique channels Numbers of lengths can remote control: up to 15 addresses are available per network channel Configuration: address and network channel are front panel configurable Antenna: integral antenna Range: open air up to 300 feet line of sight indoors dependant on installation site with 150 feet common. The Purchase Request number is F2A2X36334A200 and is issued as a Request for Quotation (RFQ). The solicitation document, incorporated provisions, and clauses are those in effect through the Federal Acquisition Circular 2005-15. The North American Industry Classification System (NAICS) code is 334519, size standard 500 employees. Offeror's must show: (1) The solicitation or reference number; (2) The time specified in the solicitation for receipt of offers; (3) The name, address, and telephone number of the offeror; (4) Price and discount terms (quote FOB Destination); (5) Remit to address, if different than the mailing address; (6) Warranty information; (7) Estimated delivery date; (8) Acknowledgement of solicitation amendments, if any, for acceptance of offers. THE OFFEROR MUST AGREE TO HOLD THE PRICES SUBMITTED FOR THE SOLICITATION FOR AT LEAST 30 DAYS. Discussions may not be held with offerors; therefore, each offerors initial quote should be complete and accurate. One award will be made based on which offer is fully in compliance with the specifications, and provides the best value to the government. Delivery is to be made FOB destination to Grand Forks AFB, North Dakota and prices should include delivery. Anyone not quoting FOB Destination should include estimated freight/shipping cost with their quote. Offerors must provide warranty information specific to all equipment. The following provisions and clauses can be viewed through Internet access at the Air Force FAR Site, http://farsite.hill.af.mil. In Accordance with FAR 52.252-1 and FAR 52.252-2, the following provisions and clauses are incorporated by reference or by full text: FAR 52.211-6, Brand Name or Equal; FAR 52.219-6, Notice of Total Small Business Set-aside; FAR 52.212-5, Buy American Act; FAR 52.202-1 Definitions; FAR 52.211-5, Material Requirements; FAR 52.216-24, Limitation of Government Liability; FAR 52.204-1, Approval of Contract; FAR 52.209-1, Qualification Requirements; FAR 52.215-9, Changes or Additions to Make-or-Buy Program; FAR 52.215-10, Price Reduction for Defective Cost or Pricing Data; FAR52.217-2, Cancellation Under Multi-year Contracts; FAR 52.222-26, Equal Opportunity; FAR 52.223-6, Drug-Free Work Place; FAR 52.217-6, Option for Increased Quantity; FAR 52.224-2, Privacy act; FAR 52.232-8, Discounts for Prompt Payment; FAR 52.233-1 Disputes; FAR 52.246-2, Inspection of Supplies-Fixed Price; FAR 52.247-34, F.O.B. Destination; FAR 52.249-14, Excusable Delays; FAR 52.253-1, Computer Generated Forms; FAR 52.216-25, Contract Definitization; FAR 52.225-13, Restrictions on Certain Foreign Purchases; FAR 52.232-1, Payments; FAR 52.233-3, Protest After Award; FAR 52.243-1, Changes-Fixed Price; FAR 52.244-6, Subcontracts for Commercial Items and Commercial Components; FAR 52.222-3, Convict Labor; FAR 52.222-19, Child Labor; FAR 52.233-3, Protest After Award; FAR 52.252-6, Authorized Deviations in Clauses (By Full Text); FAR 52.212-1, Instructions to Offerors, Commercial Items. Offerors must be able to provide a copy of their annual representations and certificates electronically on the ORCA website at http://orca.bpn.gov. FAR 52.212-4, Contract Terms and Conditions -- Commercial Items. FAR 52.212-5 (Deviation), Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Items; FAR 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration; FAR 52.247-34, F.O.B. Destination. In accordance with DFARS 252.204-7004, Alternate A, prior to receiving any contract award, contractors must be registered in the Central Contract Registration (CCR). If not already registered, you should immediately register with CCR via the Internet at http://www.ccr.gov/. Confirmation of CCR registration must be obtained before award can be made. DFARS 252.232-7003 Electronic Submission of Payment Requests. Department of Defense (DoD) Appropriations Act of 2001, Section 1008 Electronic Submission and Processing of Claims for Contract Payments requires that any claim for payment under a DoD contract shall be submitted in electronic form. Wide Area Workflow (WAWF) is the DoD system of choice for implementing this statutory requirement. Use of the basic system is at NO COST to the contractor and training will be provided. Information available at no cost is located at http://www.wawftraining.com. , DFARS 252.212-7001, Contract Terms and Conditions (Deviation); DFARS 252.225-7002 Qualifying Country Sources as Subcontractors; DFARS 252.225-7001 Buy American Act and Balance of Payments Program. AFFARS 5352.201-9101 OMBUDSMAN (AUG 05) - a) An ombudsman has been appointed to hear and facilitate the resolution of concerns from offerors, potential offerors, and others for this acquisition. When requested, the ombudsman will maintain strict confidentiality as to the source of the concern. The existence of the ombudsman does not affect the authority of the program manager, contracting officer, or source selection official. Further, the ombudsman does not participate in the evaluation of proposals, the source selection process, or the adjudication of protests or formal contract disputes. The ombudsman may refer the party to another official who can resolve the concern. (b) Before consulting with an ombudsman, interested parties must first address their concerns, issues, disagreements, and/or recommendations to the contracting officer for resolution. Consulting an ombudsman does not alter or postpone the timelines for any other processes (e.g., agency level bid protests, GAO bid protests, requests for debriefings, employee-employer actions, contests of OMB Circular A-76 competition performance decisions). (c) If resolution cannot be made by the contracting officer, concerned parties may contact the Center/MAJCOM ombudsmen, Mr. Michael R. Jackson, HQ AMC/A7K, 507 Symington Drive, Scott AFB, IL 6225-5022, (618) 229-0267, fax (618) 256-6668, e-mail: michael.jackson@scott.af.mil. Concerns, issues, disagreements, and recommendations that cannot be resolved at the MAJCOM/DRU level, may be brought by the concerned party for further consideration to the Air Force ombudsman, Associate Deputy Assistant Secretary (ADAS) (Contracting), SAF/AQC, 1060 Air Force Pentagon, Washington DC 20330-1060, phone number (703) 588-7004, facsimile number (703) 588-1067. (d) The ombudsman has no authority to render a decision that binds the agency. (e) Do not contact the ombudsman to request copies of the solicitation, verify offer due date, or clarify technical requirements. Such inquiries shall be directed to the Contracting Officer. Offers must be sent in writing, by fax, or via e-mail to the Purchasing Agent, A1C Jennifer Klein, no later than 12:00 P.M. (CST) on Tuesday, 9 January 2007 to 319 CONS/LGCA3 - 575 Tuskegee Airmen Blvd, Grand Forks, ND. 58201 ATTN: A1C Jennifer Klein. For more information email jennifer.klein-02@grandforks.af.mil or call at # 701-747-5292. Fax # 701-747-4215. The alternate POC for this requirement is TSgt Barton Kirkpatrick, at #701-747-6229, or barton.kirkpatrick@grandforks.af.mil.
- Place of Performance
- Address: 575 Tuskegee Airmen Blvd, Grand Forks, ND.
- Zip Code: 58201
- Country: UNITED STATES
- Zip Code: 58201
- Record
- SN01201242-W 20061223/061221220744 (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 |