SOLICITATION NOTICE
17 -- Fuselage Lift System for Category I Aircraft
- Notice Date
- 3/5/2014
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 336413
— Other Aircraft Parts and Auxiliary Equipment Manufacturing
- Contracting Office
- ANG CRTC/MSC, Volk Field ANGB, Building 17, 100 Independence Drive, Camp Douglas, WI 54618-5001
- ZIP Code
- 54618-5001
- Solicitation Number
- W912J2-14-Q-3006
- Response Due
- 4/8/2014
- Archive Date
- 5/8/2014
- Point of Contact
- Jeff Statz, (608) 427-1235
- E-Mail Address
-
ANG CRTC/MSC
(jeffrey.statz@ang.af.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- This is a combined synopsis and solicitation for the following commercial item, Item Description: Fuselage Lift System for Category I aircraft. Part# CAT I FLS (1730-99-365-4926), 1 kt. Kit consists of; MOD24- End Unit-.5m, 2 ea; MOD24-Strut-.5m, 1 ea; MOD24-Strut-1m, 1 ea; MOD24 - Strut-2m, 1 ea; MOD24-Drop Link(8kg), 2 ea; 90 degree Drop link for plate hang, 2 ea; Roundsling-3.2m-12 tonnes SWL, 2 ea; Roundsling-2m-12 tonnes SWL, 2 ea; Roundsling-2m-6 tonnes SWL, 6 ea; End Plate-3 x 21 quote mark pitch - 12t SWL, 2 ea; Safety Shackles-17 tonnes-8kg, 2 ea; Safety Shackles-12 tonnes-5kg, 4 ea; Safety Shackles-6.5 tonnes-1.5kg, 12 ea; Stowage Frame c/w lids-163kg, 1 ea; M20 xx 50 nuts, bolts and washers, 60 ea. FOB desination is preferred to: Volk Field ANGB, 100 Independence Drive, Camp Douglas, WI 54618-5001. This synopsis and solicitation is 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; quotes are being requested and a written solicitation will not be issued. This solicitation is issued as a request for quote (RFQ). Submit written offers (oral offers will not be accepted), on RFQ W912J2-14-Q-3006. All firms or individuals responding must be registered with the System for Award Management (SAM). This procurement is being issued as 100% SMALL BUSINESS SET-ASIDE. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-68 and Defense Acquisition Circular 2001-26. North American Industrial Classification Standard 336413, Size Standard, 1,000 employees, applies to this procurement. All provisions and clauses listed below apply to this solicitation: 52.202-1 Definitions JAN 2012 52.203-12 Limitation On Payments To Influence Certain Federal Transactions OCT 2010 52.204-4 Printed or Copied Double-Sided on Postconsumer Fiber Content Paper MAY 2011 52.204-7 System for Award Management JUL 2013 52.204-9 Personal Identity Verification of Contractor Personnel JAN 2011 52.209-5 Certification Regarding Responsibility Matters APR 2010 52.209-7 Information Regarding Responsibility Matters FEB 2012 52.212-1 Instructions to Offerors--Commercial Items FEB 2012 52.212-4 Contract Terms and Conditions--Commercial Items FEB 2012 52.225-25 Prohibition on Contracting with Entities Engaging in Certain Activities or Transactions Relating to Iran-- Representation and Certifications. DEC 2012 52.229-3 Federal, State And Local Taxes APR 2003 52.232-1 Payments APR 1984 52.232-8 Discounts For Prompt Payment FEB 2002 52.232-17 Interest OCT 2010 52.232-23 Assignment Of Claims JAN 1986 52.233-2 Service Of Protest SEP 2006 52.253-1 Computer Generated Forms JAN 1991 252.203-7002 Requirement to Inform Employees of Whistleblower Rights JAN 2009 252.204-7003 Control Of Government Personnel Work Product APR 1992 252.204-7004 Alt A System for Award Management, Alternate A MAY 2013 252.209-7001 Disclosure of Ownership or Control by the Government of a Terrorist Country JAN 2009 252.209-7004 Subcontracting With Firms That Are Owned or Controlled By The Government of a Terrorist Country DEC 2006 52.212-2Evaluation - Commercial ItemsJAN 1999 52.212-3Offeror Representations and Certifications - Commercial ItemsDEC 2012 52.212-5Cotract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial ItemsNOV 2012 52.203-6Restrictions on Subcontractor Sales to the GovernmentSEP 2006 52.204-10Reporting Executive Compensation and First-Tier Subcontract AwardsAUG 2012 52.209-6Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for DebarmentDEC 2010 52.209-10Prohibition on Contracting with Inverted Domestic CorporationsMAY 2012 52.219-6Notice of Total Small Business Set-AsideNOV 2011 52.223-18Encouraging Contractor Policies to Ban Text Messaging While DrivingAUG 2011 52.225-13Restrictions on Certain Foreign PurchasesJUN 2008 52.232-33Payment by Electronic Funds Transfer-Central Contractor RegistrationOCT 2003 52.252-1Solicitation Provisions Incorporated by ReferenceFEB 1998 52.252-2Clauses Incorporated by ReferenceFEB 1998 52.203-3GratuitiesAPR 1984 252.203-7000Requirements Relating to Compensation of Former DoD OfficialsSEP 2011 252.203-7003Agency Office of the Inspector GeneralAPR 2012 252.232-7003Electronic Submission of Payment Requests and Receiving ReportsMAR 2008 01A Volk FieldWide Area Work Flow Requirement (PO) 05 Volk FieldOperational Security, Anti-Terrorism, and Integrated Defense Policy and Procedure Clause All quotes must be delivered to CMSgt Jeff Statz at Jeffrey.statz@ang.af.mil. Quotes are required to be received no later than 09:00 AM CST, Tuesday, April 8th, 2014. Late quotes will not be accepted.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/NGB/DAHA47-3/W912J2-14-Q-3006/listing.html)
- Place of Performance
- Address: ANG CRTC/MSC Volk Field ANGB, Building 17, 100 Independence Drive Camp Douglas WI
- Zip Code: 54618-5001
- Zip Code: 54618-5001
- Record
- SN03302423-W 20140307/140305234354-859a0997525b55c64bab69d751de9f52 (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 |