MODIFICATION
99 -- Fabricate Mock Vehicles
- Notice Date
- 9/13/2007
- Notice Type
- Modification
- NAICS
- 332322
— Sheet Metal Work Manufacturing
- Contracting Office
- Department of the Air Force, Air Mobility Command, 6th Contracting Squadron, 2606 Brown Pelican Ave., MacDill AFB, FL, 33621-5000, UNITED STATES
- ZIP Code
- 00000
- Solicitation Number
- Reference-Number-F2V3037157A001
- Response Due
- 9/24/2007
- Archive Date
- 10/9/2007
- Point of Contact
- Vincent Pitts, Contracting Officer, Phone 813-828-7139., - Nathan McCoy, Contract Specialist, Phone 813-828-4729, Fax 813-828-5111,
- E-Mail Address
-
vincent.pitts@macdill.af.mil, nathan.mccoy-03@macdill.af.mil
- Small Business Set-Aside
- Service-Disabled Veteran-Owned
- Description
- This requirement is being synopsized pursuant to Federal Acquisition Regulation (FAR) 5.101. This acquisition is 100% set aside for SERVICE DISABLED VETERAN OWNED SMALL BUSINESS. The primary North American Industry Classification System (NAICS) is 332322 (Sheet Metal Work Manufacturing). The small business size standard for NAICS 238190 is 500 Employees. The 6th Contracting Squadron, MacDill AFB, Florida requires fabrication and delivery of FIVE SA-6 Missile launcher replicas and FIVE each ZSU 23/4 anti aircraft gun replicas. Fabrication and deliver of all replicas must be complete prior to 29 February 2008. 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 forthcoming solicitation. Assemblies shall be built utilizing proportionally sized subassemblies so that the entire replica, when viewed from all angles, matches the basic size, shape and configuration of the actual weapon system. 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. Finished product should be painted with exterior grade paint, color to match olive drab green. Finished products shall be constructed to be capable of withstanding wind gusts capable of reaching 80 miles per hour. This requirement is being solicited as a CCR Registered Service Disabled Veteran Owned Small Business concern. Should funds become available, a firm fixed-price contract will be awarded. The North American Industry Classification System code (NAICS) is 332322 the size standard of which is 500 employees. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-18 effective 5 July, 2007, DFAR DCN 20070531, and AFAR 20070531. Important: This is a future end of fiscal year acquisition planning action and at this moment funds are unavailable for this request. The Government?s obligation under this request is contingent upon the availability of appropriated funds from which payment for contract purposes can be made. No legal liability on the part of the Government for any payment may arise until funds are made available to the Contracting Officer for this request and until the Contractor receives notice of such availability, to be confirmed in writing by the Contracting Officer. The government does not imply a subsequent contract or award will be issued. This requirement is contingent upon availability of funds per FAR 52.232-18 Availability of Funds.
- Place of Performance
- Address: OL A, Det 1, 23 WG, 29 South Blvd,, Avon Park AFR, FL
- Zip Code: 33825-9381
- Country: UNITED STATES
- Zip Code: 33825-9381
- Record
- SN01405796-W 20070915/070913222003 (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 |