Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 04, 2009 FBO #2747
SOLICITATION NOTICE

49 -- Turnkey Hydraulic Pressure System to power F16 Aircraft while undergoing maintenance.

Notice Date
6/2/2009
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
#332912 — Fluid Power Valve and Hose Fitting Manufacturing
 
Contracting Office
Department of the Army, National Guard Bureau, 148 FW/LGC, 148 FW/LGC, 4625 Deuce Avenue, Duluth, MN 55811-6012
 
ZIP Code
55811-6012
 
Solicitation Number
W912LM-09-R-4002
 
Response Due
6/23/2009
 
Archive Date
8/22/2009
 
Point of Contact
Tana Johnson, 218-788-7241<br />
 
E-Mail Address
148 FW/LGC
(tana.johnson@mndulu.ang.af.mil)
 
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 a written solicitation will not be issued. Solicitation Number: W912LM-09-R-4002 Notice Type: Combined Synopsis/Solicitation (I) This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotations are being requested and a written solicitation will not be issued. (II) Solicitation number W912LM-09-R-4002 is hereby issued as a REQUEST FOR QUOTE. (III) The incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-31, effective 20 April 2009. (IV) This acquisition is reserved for small business concerns; however, the Government is accepting quotes from large businesses. In the event of insufficient small business concern participation, award may be made to a participating large business (cascading set-aside). The associated North American Industry Classification System (NAICS) code for this procurement 332912, small business size standard is 500 employees. (V) Seeking minimum quantity of 1 (one) turn-key Hydraulic Pressure System to power F-16 Aircrafts while undergoing maintenance. (VI) System is to include 1 (one) main stationary hydraulic pressure unit to 2 (two) independently functioning mobile remote stands. Each mobile stand must be capable of displacing 42.5 Gallons Per Minute of fluid. (VII) Products to be delivered and installed 30 days after award of contract or in accordance with customary commercial practices. FOB destination. (VIII) The following clauses and provisions are incorporated and are to remain in full force in any resultant purchase order: Federal Acquisition Regulation (FAR) provision 52.212-1, Instructions to Offeror-Commercial, applies to this solicitation. (IX) Provision at 52.212-2, Evaluation -- Commercial Items, is applicable to this acquisition. The specific evaluation criteria are included by addenda to this solicitation. (X) Offerors are to include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications -- Commercial Items, with its offer. (XI) FAR clause 52.212-4, Contract Terms and Conditions -- Commercial Items, applies to this solicitation. (XII) FAR clause 52.212-5, Contract Terms and Conditions Required To Implement Statutes Or Executive Orders -- Commercial Items (Apr 2009 Deviation), applies to this solicitation. (XIII) NOTICE TO OFFEROR: FUNDS ARE NOT PRESENTLY AVAILABLE FOR THIS REQUIREMENT. FAR Clause 52.232-18 - Availability of Funds; DFARS 252.204-7004 Alt A, Required Central Contractor Registration; DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items; DFAR 252.225-7001, Buy American Act and Balance of Payments Program; DFAR 252.232-7003, Electronic Submission of Payment Request; 252.246-7000, Material Inspection and Receiving Report; applies to this solicitation. (XIV) Not Applicable (XV) Proposal are due to the Minnesota Air National Guard, 148 MSG/MSC, 4685 Viper Street, Duluth, MN 55811 by 23 June 2009, 12 pm central standard time. Email quotes will be accepted at tana.johnson@mndulu.ang.af.mil, FAX quotes will also be accepted at (218) 788-7403. (XVI) [Point of Contact is MSgt Tana Johnson, 148 MSG/MSC, 4685 Viper Street, Duluth, MN 55811, (218)-788-7421, tana.johnson@mndulu.ang.af.mil. Addendum to 52.212-2, EvaluationCommercial Items Selection Criteria The Government selection criteria shall use the following factors. AREA A: PRICE Item 1: Cost per system or best commercial practice. Offerors shall propose a cost for a 'turn-key' hydraulic system. Estimated quantities of desired systems range from 1 to 2 complete systems. AREA B: CAPABILITIES Item 1: compliance with local, state and federal fire codes Item 2: capable of complete 'turn-key' requirement Item 3: warranty Item 4: life cycle maintenance/repair AREA C: PAST PERFORMANCE Item 1: Company Experience. Submit documentation identifying relevant experience with similar contracts. Item 2: Governmental knowledge of past performance will also be considered. HEADQUARTERS 148th FIGHTER WING MINNESOTA AIR NATIONAL GUARD DULUTH, MINNESOTA 28 May 2009 Statement of Work Scope: Provide all equipment, labor, materials, tools and supervision to assemble and install a 'turn-key' hydraulic pressure system in the hanger. Intent: The intent of the project is to provide hydraulic power from 1 (one) main stationary hydraulic pressure unit to 2 (two) mobile remote stands in order to power 2 (two) F-16 aircraft while undergoing maintenance. Government furnished equipment: Contractor shall provide all equipment required. Availability: Normal work hours are from 0730 to 1530 hours, Monday through Friday. Any variation to these hours must be coordinated with the Point of Contact. Materials: All materials shall be new and installed as per manufacturers recommendations, local, State, and Federal fire regulations. A list of all chemicals used or consumed on the project shall be furnished to the Point of Contact at the completion of the project. The list shall include cleaning agents, lubricants, and oils. Housekeeping: The contractor shall maintain the work area in a neat and orderly fashion. All debris must be disposed of in an approved off-base location. The contractor shall leave the workspace in a broom clean condition upon completion of the project, and during extended periods of time between tasks. All spilled materials shall be cleaned-up and properly disposed of at an approved off-base location. Compliance: The contractor and all sub-contractors shall comply with all applicable Federal, State, and local codes, ordinances, rules, and regulations. Quality Program: The Vendor shall incorporate a quality program in accordance with current industry standards. CONTRACT SCEHDULE NOTES 1. Pricing: The contractor shall provide a proposal separating installation costs from product cost. Service Contract Act may be applicable depending upon installation labor costs. If applicable, wage rates will be reflective of the Department of Labor Wage determination 2005-2285 version #6 dated May 26, 2009 or most current applicable version at the time of award. 2. Capability requirements: Establishment must: be in compliance with local, state and federal fire codes; be capable of meeting the requirement for a 'turn-key' system, offer a warranty and maintenance/repair of equipment. Contractor must be capable of accepting a contract from the federal government, to include registered with Central Contractor Registration http://www.ccr.gov/ and capable of invoicing through Wide Area Workflow https://wawf.eb.mil/ before award. 3. PRE-PROPOSAL SITE-VISIT is scheduled for June 11, 2009, 10:00 a.m. at Minnesota Air National Guard, 148th Fighter Wing, 4685 Viper Street, building 281, Duluth MN 55811. Attendance is not mandatory but highly recommended. In order to gain access to the facility, interested vendors must provide notice of intent to attend the site-visit to Base Contracting Officer, at tana.johnson@mndulu.ang.af.mil or via phone 218-788-7241 NLT 48 hours prior to arrival. Information required for entrance include, company affiliation and individuals' first and last name, along with the last 6 digits of their social security number.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/NGB/DAHA21-1/W912LM-09-R-4002/listing.html)
 
Place of Performance
Address: 148 FW/LGC 4685 Viper Street, Duluth MN<br />
Zip Code: 55811-6012<br />
 
Record
SN01833496-W 20090604/090602235307-84fe0e0a47daa4ffea6453c9da591e6f (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 |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.