Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 04, 2012 FBO #3906
SOLICITATION NOTICE

17 -- Helicopter Tow Cart

Notice Date
8/2/2012
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
336413 — Other Aircraft Parts and Auxiliary Equipment Manufacturing
 
Contracting Office
USPFO for North Dakota, P.O. Box 5511, Bismarck, ND 58502-5511
 
ZIP Code
58502-5511
 
Solicitation Number
W5ASU9-2151-2401
 
Response Due
8/8/2012
 
Archive Date
10/7/2012
 
Point of Contact
Curtis Richter, 701-333-2295
 
E-Mail Address
USPFO for North Dakota
(curtis.richter@us.army.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. The solicitation W5ASU9-2151-2401 is issued as a Request for Quotations. The solicitation document, incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-60. This procurement is Set-Aside 100% for Small Business and issued under NAICS code 336413. The North Dakota Army National Guard is requesting quotations for the following items, brand name or equal: (Qty) 1- Heli Tow Cart V1030 (Qty) 1-UH-72 attachment hook - Part # AT1000-EC145 (Qty) 4-12v Deep Cycle Batteries - Part # BAGM27 Required Options: Extra Battery Compartments - Part # OEBC Batteries (Qty4) - Part # BAGM27 Option Lighting System (Night light system) - Part # OLS Option Power Supply (APU option 24v) - Part # OPS Option Emergency Towing & Oil Bypass systems - Part #OETOB (includes quick connect Tow Bar with O Ring, Oil bypass system for lowering helicopter & Oil bypass system to allow towing) Option Large Cap Battery Charger BC18amps Option 30' Battery Charger Extension Cord - Part # BCEC30 The Helicopter Tow Cart must meet the following physical, functional, and performance characteristics in order to be considered equal: (1)Attachment to the aircraft skid tubes by the existing grounding handling lug/attachment points (2)Be able to lift 9500 lbs. (3)Battery operated. (4)Self propelled. (5)Automatic safety brake that locks if oil pressure is lost during movement. (6)Built according to a unique "C" frame arrangement designed to kneel down and crawl under the helicopter with minimal height in order to clear helicopter belly accessories. (7)Main frame tied together with a cross shaft clearing ground at 3" (7.5cm) from optimal compatibility to helicopter fixtures. (8)Able to be lifted to a high position up to 6.75" (17cm) to roll easily over uneven terrain and obstacles. (9)Three point wheel ground contact for continuous balance when riding over uneven terrain. (10)Supported by five wheels: One at traction point and four at rear of helicopter support. (11)Operated from helicopter front. (12)Attachment hooks are designed for connection to each helicopter models' own Wheel Pins. Delivery will be to NDARNG AASF1, 3410 Airway AVE, Bismarck, ND 58504. Offerors will include delivery charges in their quote. Quotes are due in by 1:00 PM Central Standard Time on 8 August 2012. Offers will be evaluated IAW FAR Part 13.106-2 as to the best value most advantageous to the government, price and other factors considered. Best Value being a technically acceptable product offered at a Fair and Reasonable Price. Award will be made based on the best value to the Government. The provisions at: FAR 52.212-1, Instructions to Offerors-Commercial Items; FAR 52.212-2, Evaluation - Commercial Items Evaluation - The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the government, price and other factors considered. The following factors shall be used to evaluate offers in the following relative order of importance: 1. Technical capability of the item offered to meet the Government requirement. Technical capabilities are significantly more important than price. 2. Price - The Government will evaluate the total price of the offer for award purpose. FAR 52.212-3 ALT 1, Offeror Representations and Certifications apply to this acquisition. FAR 52.212-4, Contract Terms and Conditions FAR 52.212-5, Contract terms and conditions Required to Implement Statutes or Executive Orders-Commercial Items; apply to this acquisition. Under paragraph b, the following clauses are incorporated: FAR 52.222-3, Convict Labor FAR 52.222-19, Child Labor-Cooperation with Authorities and Remedies FAR 52.222-21, Prohibition of Segregated Facilities FAR 52.222-26, Equal Opportunity FAR 52.222-35, Affirmative Action for Disabled Veterans of the Vietnam Era FAR 52.222-36, Affirmative Action for Workers with Disabilities FAR 52.222-37, Employment Reports on Disabled Veterans FAR 52.223-18, Contractor Policy to Ban Tex Messaging while Driving FAR 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration FAR 52.232-36, Payment by Third party apply to this solicitation FAR 52.211-6, Brand Name or Equal The provisions/clauses at: DFARS 252.212-7000, Offeror Representations and Certifications-Commercial Items DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statutes to Defense Acquisition of Commercial Items DFARS 252.225-7000, Buy American Act-Balance of Payments Program Certificate DFARS 252.225-7001, Buy American Act and Balance of Payments Program DFARS 252.232-7010, Levies on Contract Payments; are applicable to this acquisition. OFFERS ARE DUE BY 1:00 PM CST, August 8, 2012 by e-mail, fax or mail. Mail to the Contracting Officer, USPFO for North Dakota, PO Box 5511, Bismarck, ND 58506 -5511 or fax to (701)333-2230, Attn: Curtis Richter; or mailto:curtis.richter@us.army.mil. Simplified Acquisition Procedures will be utilized. This combined solicitation/synopsis can be downloaded from web site www.fedbizops.gov
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/NGB/DAHA32/W5ASU9-2151-2401/listing.html)
 
Place of Performance
Address: USPFO for North Dakota P.O. Box 5511, Bismarck ND
Zip Code: 58502-5511
 
Record
SN02824530-W 20120804/120803000123-6cf327890982e5497fed7711d662b8cc (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.