SOLICITATION NOTICE
49 -- Portable Hydraulic Component Test Stand for the C-40A
- Notice Date
- 7/23/2012
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 334519
— Other Measuring and Controlling Device Manufacturing
- Contracting Office
- Department of the Navy, Naval Air Systems Command, Naval Air Warfare Center Aircraft Division Lakehurst, Contracts Department, Hwy. 547 Attn:B562-3C, Lakehurst, New Jersey, 08733-5083
- ZIP Code
- 08733-5083
- Solicitation Number
- N68335-12-T-0273
- Archive Date
- 9/6/2012
- Point of Contact
- Sarah R. Lowell, Phone: 7323231830
- E-Mail Address
-
sarah.lowell@navy.mil
(sarah.lowell@navy.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- (i) This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR subpart 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) The solicitation number N68335-12-T-273 is listed as a competitive request for quotation (RFQ) as NAWCAD Lakehurst intends to acquire one (1) Portable Hydraulic Component Test Stand for the C-40A Aircraft. This procurement is 100% set aside for small business certified companies. (iii) The solicitation and incorporated provisions and clauses are in effect through Federal Acquisition Circular 2005-43. (v) Contract Line Item Numbers (CLIN) are as follows. Provide separate pricing for each CLIN as listed below: CLIN 0001 - Qty: 1 ea. Description: Portable Hydraulic Component Test Stand: The C-40A aircraft is a 737-700 airframe. It has a requirement for a Hydraulic Component Test Stand (HCTS). The HCTS shall be portable and towable to provide a source of hydraulic power up to 50 gallons per minute at 3100 pounds per square inch gage (PSIG) with open or closed loop operation. The HCTS will be used to operate Aircraft Hydraulic Systems with (Skydrol) as its medium without running engine pumps to test the landing gear and control systems. The HCTS will also be used to drain, flush, fill or deaerate the hydraulic system. The instrumentation shall include pressure, flow, and temperature display. The HCTS shall include heat exchanger and diesel engine rated at 100 horsepower and 2,300 revolutions per minute. HCTS fuel tank reservoir shall be a minimum of 40gallons. The hoses provided must mate with systems being tested on the C-40A aircraft. The hoses must be a minimum 50 feet in length. Provide pricing for the unit price / each: $ Provide pricing for the total quantity of 1: $ (vi) Only new original equipment manufacturer (OEM) items may be offered. Reconditioned or used items will not be accepted. (vii) All items shall be preserved, packaged, packed, and marked in accordance with best commercial practices. Delivery of CLIN 0001 90 Days ADC. Early deliveries are acceptable. Units are to be shipped FOB destination to the following address: COMMANDING OFFICER ATTN: FRCMA SITE OCEANA/IMRL MANAGER FRCMA SITE OCEANA BLDG. 513 VIRGINIA BEACH VA 23460 POC MR. RALPH (ALEX) MAIN IMRL MANAGER (757) 433-4217 (viii) Offerors must comply with the following commercial item terms and conditions, which are incorporated herein by reference: FAR 52.212-1, Instructions to Offerors - Commercial Items, applies to this acquisition. (ix) FAR 52-212-2, Evaluation - Commercial Items is incorporated by reference. Addendum to FAR 52.212-2 Para (a) Award will be made to the responsible offeror whose quotation is lowest in price and in full compliance with all requirements set forth in this solicitation. (x) Offerors shall include a completed copy of the provision at FAR 52.212-3, Offeror Representations and Certifications - Commercial Items and DFARS 252.212.7000 Offeror Representations and Certifications - Commercial Items (Nov 1995) with its offer. (xi) FAR 52.212-4, Contract Terms and Conditions - Commercial Items is incorporated by reference. The resulting contract will be firm fixed price (FFP). (xii) FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items, applies to this acquisition; the following provisions apply: 52.203-6, Restrictions on Subcontractor Sales to the Government, with Alternate I, 52.219-4, Notice of Price Evaluation Preference for HUBZone Small Business Concerns, 52.219-8, Utilization of Small Business Concerns, 52.219-28, Post Award Small Business Program Representation, 52.222-3, Convict Labor, 52.222-19, Child Labor-Cooperation with Authorities and Remedies, 52.222-21, Prohibition of Segregated Facilities, 52.222-26, Equal Opportunity, 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans, 52.222-36, Affirmative Action for Workers with Disabilities, 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans, 52.225-13, Restrictions of Certain Foreign Purchases and 52.247-64, Preference for Privately Owned U.S.-Flag Commercial Vessels. In addition to the above, the following DFARS clauses apply to this acquisition: 252.211-7003, Item Valuation and Identification and 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items which includes the following clauses: 252.225-7001, Buy American Act and Balance of Payments Program, 252.225-7021, Trade Agreements, 252.232-7003, Electronic Submission of Payment Requests, and 252.247-7024, Notification of Transportation of Supplies by Sea. (xiii) Additional requirements. Warranty: The offeror shall provide a commercial warranty of at least one year. (xiv) Offers are due not later than 4:00 PM EST, Monday, 22 August 2012, at the Naval Air Warfare Center Aircraft Division Lakehurst, Attn: Code 25253SL, Sarah Lowell, Hwy 547, Bldg. 562-3, Lakehurst, NJ 08733-5082. Electronic and facsimile offers will not be accepted. (xv) Questions regarding this combined synopsis/solicitation can be directed to Ms. Sarah Lowell, 732-323-1830, e-mail: sarah.lowell@navy.mil. Hard copy of solicitation and amendments will NOT be mailed to contractors. Offerors must acquaint themselves with the new regulations concerning Commercial Item Acquisition contained at FAR Subpart 12 and must ensure that all Representations and Certifications are executed and returned as required in this synopsis/solicitation. The full text of the referenced FAR clauses may be accessed electronically at http://farsite.hill.af.mil/
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVAIR/N68335/N68335-12-T-0273/listing.html)
- Place of Performance
- Address: Lakehurst, New Jersey, 08733, United States
- Zip Code: 08733
- Zip Code: 08733
- Record
- SN02811752-W 20120725/120723235248-426e8da63cd73e9c8e572a599f1ca1cc (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 |