Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 04, 2009 FBO #2841
SOLICITATION NOTICE

17 -- 4 EA--HELICOPTER HANDLERS WITH CENTER DECK KITS

Notice Date
9/2/2009
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
336413 — Other Aircraft Parts and Auxiliary Equipment Manufacturing
 
Contracting Office
USPFO for Mississippi, 144 Military Drive, Jackson, MS 39208-8860
 
ZIP Code
39208-8860
 
Solicitation Number
W9127Q-09-T-0039
 
Response Due
9/14/2009
 
Archive Date
11/13/2009
 
Point of Contact
Lisa Anguizola, 601-313-1663
 
E-Mail Address
USPFO for Mississippi
(lisa.anguizola@us.army.mil)
 
Small Business Set-Aside
N/A
 
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. This solicitation number W9127Q-09-T-0039 is issued as a Request for Quotes. The solicitation and incorporated provisions and clauses are in effect through Federal Acquisition Circular 2005-36. This solicitation is unrestricted. NAICS for determination of size status is 336413. CLIN 0001: HELICOPTER HANDLER, QTY 4 EA, Proposed item specifications must be provided with proposal. Also submit a proposed delivery date with your proposal. Place of delivery is: 1ST BN 185th AVN, 116 Lemons Drive, Tupelo, MS 38803-2305. Prices quoted must include all applicable delivery fees. SPECIFICATIONS -Helicopter handler must be capable of supporting helicopters of up to 9,500 pounds -The helicopter handler shall consist of two identical rectangular frames -Each frame to be 14 feet long by 57 inches wide which connect to form a cohesive platform -Total platform to be adjustable from 12.0 feet to 12 ft. 10 inches wide by 14 feet long -Each frame perimeter to consist of 4.0 inch heavy duty 5.4 lb. per ft. steel channel -Each interior support to consist of 2.0 inch heavy duty 2.57 lb. per ft. steel channel with 3 longitudinal beams supported by 4 horizontal pieces (perpendicular to the long axis of each frame) -Caster mounting plates to be inch steel plate with 2 plates at the front of the frame and 6 plates at the rear of each frame for a total of 8 plates on each frame -All metal surfaces will be finished using powder coating process with a high visibility yellow color -Each frame will have 2 each swivel casters on front, 6 each non-swivel on rear -Front casters to be dual wheel swivel caster, Hamilton S-8210-SU -Rear casters to be rigid (non-swivel), single wheel Hamilton R-8010-SU casters -NO SUBSTITUTION OF CASTERS PERMITTED -Tow bar shall be a minimum of 5.0 ft long rectangular tube 3 inch by 2 inch by 3/16 inch with a 10,000 lb. lunette ring at the towing end and diagonally braced at the frame end. The tow bar must articulate up and down -Minimum one year warranty is required CLIN 0002: CENTER DECK KITS, QTY 4 EA, Proposed item specifications must be provided with proposal. Also submit a proposed delivery date with your proposal. Place of delivery is: 1ST BN 185th AVN, 116 Lemons Drive, Tupelo, MS 38803-2305. Prices quoted must include all applicable delivery fees. SPECIFICATIONS -Decking shall be No. 1 grade Southern Yellow Pine treated lumber, 2 inch by 10 inch boards placed perpendicular to the long access of each frame and must be easily removable for replacement of damaged wood SHIPPING -Each frame must be shipped fully assembled with the casters bolted to the frame and with wood decking installed. -Tow bar and connecting bars to be secured to decking for shipping -Shipper is responsible for correcting any transit damage The following FAR provisions apply: FAR 52-212-1, Instructions to Offerors (Oct 2001); FAR 52.212-2, Evaluation Commercial Items. Evaluation criteria will be based on Price, Technical, and Past Performance. Technical and Past Performance, when combined, are approximately equal to Price. FAR 52.212-3, Offeror Representations and Certifications Commercial Items (May 2001), FAR 52-212-4, Contract Terms and Conditions-Commercial Items; FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders, (May 2001), 52.222-3, Convict Labor; 52.222-19, Child Labor; 52.222-21, Prohibition of Segregated Facilities; 52.222-26, Equal Opportunity; 52.222-35, Affirmative Action for Disabled Veterans and Veterans of the Vietnam Era; 52.222-36, Affirmative Action for Workers with Disabilities of the Vietnam Era; 52.222-37, Employment Reports on Disabled Veterans and Veterans of the Vietnam Era 52.222-43, 52.219-14, Limitation on Subcontracting; Full text of these provisions may be accessed on-line at http://www.arnet.gov or http://farsite.hill.af.mil. CCR is a mandatory requirement for all DoD Government contracts. You must be registered in order to be eligible for award of a contract. To register on line go to http://www.ccr.gov/. This announcement is the solicitation which will result in a firm fixed-price contract. Quotes are due no later than 4:00 P.M., September 14, 2009, to USPFO-MS, Attn: Lisa Anguizola, USPFO P & C, 144 Military Drive, Jackson, MS 39232-8860. Quotes can be emailed (preferred) to lisa.anguizola@us.army.mil or faxed to (601) 313-1569. Technical questions regarding this requirement may be addressed to SSG Dawn Gable 662-891-9872.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/NGB/DAHA22/W9127Q-09-T-0039/listing.html)
 
Place of Performance
Address: 1ST BN 185TH AVN 116 LEMONS DRIVE TUPELO MS
Zip Code: 38803-2305
 
Record
SN01938165-W 20090904/090903001444-1004e9d1bfce980f43fc4e528b508bf9 (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.