MODIFICATION
54 -- e-3 Tail Stand - Amendment 1
- Notice Date
- 4/29/2014
- Notice Type
- Modification/Amendment
- NAICS
- 332312
— Fabricated Structural Metal Manufacturing
- Contracting Office
- Department of the Air Force, Air Force Materiel Command, PK/PZ Tinker AFB, 3001 Staff Drive, Ste 1AG76A, Tinker AFB, Oklahoma, 73145-3015, United States
- ZIP Code
- 73145-3015
- Solicitation Number
- F3YCDL4027A001
- Point of Contact
- Amy Younger, Phone: 405-739-3311, Joleeta McClish, Phone: 405-739-2927
- E-Mail Address
-
amy.younger@tinker.af.mil, joleeta.mcclish@us.af.mil
(amy.younger@tinker.af.mil, joleeta.mcclish@us.af.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- Question and answer 2 I have been in a training class for the past two weeks during this time a question came in, before closing that was unanswered. I will be amending this solicitation until 12pm CST on 01 MAY 14 to allow for review. COMBINED SYNOPSIS/SOLICITATION IAW FAR 12.603 SOLICITATION NUMBER: F3YCDL4027A001 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 is issued as a Request for Quote (RFQ), for a firm fixed type contract. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisitions Circular 2005-62. All responsible sources may submit a quotation in response to this solicitation, which shall be considered. A contract may be awarded resulting from this solicitation to the responsible offeror whose offer conforms to the solicitation and is most advantageous to the Government. The Air Force Sustainment Center (AFSC/PZIMB) at Tinker Air Force Base, Oklahoma, intends to award one firm fixed price contract for the acquisition of item(s) listed below. All responsible sources may submit a quotation which shall be considered by the agency. The Government intends to select one contractor; however, the Government reserves the right to award no contract at all, depending on the quality of the proposals/quotes, prices submitted, and the availability of funds. Requirement Overview: E-3 Tail Stand Required Final Delivery Date (RDD): 18 JUL 2014 NOTE: Contractor shall propose best estimate of delivery date Delivery Information: FOB Destination, Tinker AFB, OK NOTE: offers with FOB Orgin DO NOT meet the terms and conditions of this solicitation Inspection and Acceptance: Inspection and acceptance of the service will be performed at Tinker AFB, Oklahoma Warranty Type: Standard commercial warranty Competition Requirement: 100% Small Business NAICS Code: 332312 Size Standard: 500 Employees Payment Information: Payments shall be made in arrears of required items being accepted by the Government and delivered to the specified delivery destination. NOTE: offers requiring advanced or progress payments DO NOT meet the term and conditions of this solicitation. Required Registration by all Contractors: In accordance with FAR 52.212-3, Offeror Representations and Certifications - Commercial Items, it is mandatory that all offerors wishing to be considered for award must be registered with: • System for Award Management (SAM) (www.sam.gov) • Online Representations and Certifications (ORCA) (www.acquisition.gov) Applicable Clauses/Provisions (Federal Acquisition Regulation http://farsite.hill.af.mil/farsite.html): FAR 52.209-1, Qualification Requirements FAR 52.212-1, Instructions to Offerors - Commercial Items FAR 52.212-2, Evaluation - Commercial Items FAR 52.212-3, Offeror Representations and Certifications - Commercial Items 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 FAR 252.232-7006, Wide Area Workflow Payment Instructions (May 2013) Evaluation of Proposals: All offeror's responses will be evaluated in accordance with FAR clause 52.212-2, Evaluation of Commercial Items. Award will be conducted under the provisions of FAR Part 12, Acquisition of Commercial Items. The following factors shall be used to evaluate offers: (1) Technical: quote must be rated as technically acceptable to be eligible for award (2) Price: award will be made to the lowest priced technically acceptable (LPTA) offeror The lowest priced technically acceptable quote that conforms to the RFQ may be selected for award. In order to be technically acceptable and conform to the RFQ, the contractor must provide in writing a detailed approach and process to ensure all technical aspects are met, in order to be considered technically acceptable. A statement of "I concur" or "concur" will not be accepted. A technical description of the items being offered in sufficient detail to evaluate compliance with the requirements in the solicitation. This may include product literature, or other documents, if necessary, must propose exactly in accordance with the item description reflected below - no deviations will be accepted. Number of Contracts to be Awarded The Government intends to select one contractor; however, the Government reserves the right to award no contract at all, depending on the quality of the proposals/quotes and prices submitted and the availability of funds. Contract Line Items (CLINs): CLIN # Requirement Quantity Unit of Issue 0001 E-3 Tail Stand 1 EA Detailed Description: The procurement for the fabrication, delivery and assembly of a tail stand for use in support of E-3 production at Tinker AFB.The contractor shall provide a complete turnkey on-site application, fabrication, inspection, testing, documentation, training, delivery, tools, equipment installation, work stand assembly, labor and other incidentals necessary to provide such a work platform. The proposed tail stand will meet at, a minimum, the requirements of the Statement of Work, QPE-SOW-14-001DH dated 21 JAN 14. In order to be determined technically acceptable, an offer must clearly show that all items being quoted possess the following characteristics: 1. An acceptable approach for stand to be able to support four times the maximum load of 10,000 pounds and shall meet all requirements of SOW Para 1.4.1(a). 2. An acceptable approach which includes four swivel casters with polyurethane wheels, position locks, rotation locks, and brakes. The casters must support the stand with four times the maximum load of 10,000 lbs. plus the weight of the stand and shall meet all requirements of the SOW Para 1.4.1(b). 3. An acceptable approach which includes four (4) stabilizer jacks such as, Cignys jacks (10 ton Cp /Model 43650) or equivalent adjacent to the casters to lift the stand high enough for the casters to be manually repositioned such that the stand will not move laterally when pulled. The casters and jacks must enable the stand to be moved with 4 people or less and which shall meet all requirements of the SOW Para 1.4.1(b). 4. An acceptable approach for the stand deck for fire protection purposes to allow liquids from fire suppression devices to fall beneath the stand and shall meet all requirements of the SOW Para 1.4.1(c). 5. An acceptable design for a smaller secondary stand that shall be positioned on tracks in the center of the main stand. The secondary stand shall be capable of being adjustable from 22" to 48" and be operated hydraulically, the approach shall meet all requirements of the SOW Para 1.4.1(d). 6. An acceptable approach which ensures a triangular tow bar with pintle hook that can be stored and which shall meet all requirements of the SOW Para 1.4.1(e). 7. An acceptable approach which ensures tug hook-ups made of 2" steel box tubing on the stand support legs and shall meet all requirements of the SOW Para 1.4.1(f). 8. An acceptable approach to ensure stand and components shall be weatherproof (I.e. rust proof, prevent water accumulation, slip resistant, shock proof, and UV protected). The approach also shall ensure the stand shall be designed for outdoor storage and use. All electric components shall meet NEMA standards for outside use and shall meet all requirements of the SOW Para 1.4.1(h). 9. An acceptable approach which ensures a translating stairway shall be included as part of the stand. The approach shall also ensure the translating stairway can be adjusted with the height of the stand and shall meet all requirements of the SOW Para 1.4.2(b). 10. An acceptable approach which ensures 3'-6" guardrails on all open sides of stand. The guardrails must allow a minimum of 1' of aircraft clearance to avoid striking the aircraft when in motion located on D-2 of Drawing DH2014021, and shall meet all requirements of the SOW Para 1.4.2(c). 11. An acceptable approach which ensures 3'-6" guardrails with additional 3'-4" vertically retractable guardrails adjustable in 6" increments. The approach shall also ensure retractable guardrails shall be a minimum of 95" on the long sides and 48" on the short sides as located on D-3 and D-4 of Drawing DH2014021, and shall meet all requirements of the SOW Para 1.4.2(d). 12. An acceptable approach which ensures as part of the stand adjustable sliders with bumpers which can extend horizontally from the floor of the stand to the surface of the aircraft as located on B-3 of Drawing a DH2014021, and shall meet all requirements of the SOW Para 1.4.2(e). 13. An acceptable approach which ensure as part of the stand two adjustable sliding rails with bumpers on the end which can extend to the surface of the aircraft as located on B-3 and B-4 of Drawing DH2014021. The approach shall also ensure the rails are capable of folding down inward to the stand, are adjustable and can be retracted and shall meet all requirements of the SOW Para 1.4.(f). 14. An acceptable approach for a design that will allow two workers to access area 11 of the E-3 aircraft which is at the front starboard side of the stand with an approximate 3 foot drop down from the main stand and shall meet all requirements of the SOW Para 1.4.1(g). 15. An acceptable approach which ensures the four pneumatically operated screw jacks, used to operate the telescoping legs, can be used to adjust the stand deck height from a minimum of 6'3" to a maximum of 11'3". The approach shall also ensure the upper tube of the telescoping legs are positioned properly in relation to the lower tube to prevent water penetration when stored outdoors and shall meet all requirements of the SOW Para 1.4.3. 16. An acceptable approach which ensures 7 utility panels. Each panel shall consist of one 110V duplex electrical receptacle, two 0.25" and one 0.5" compressed air connections. The approach shall ensure electrical outlets shall all be on one circuit with a minimum 25 foot utility cable to plug in; compressed air outlets shall all originate from one 0.5" or 0.75" hook up at the bottom of the stand with a 25 foot air hose to connect to the air source. The approach shall also ensure that the stand is equipped with attached storage racks for electric cord and air hose when not in use and shall meet all requirements of the SOW Para 1.4.4. Proposal Submission Information (emailed proposals are preferred): Quotations are due via email to Tinker AFB by 12:00 PM, CST, 1 May 2014. Amy Younger Contract Specialist Phone: 405-739-3311 E-mail: amy.younger@us.af.mil Note: Emailed proposals are preferred and the offeror must submit a brief description and explanation on how each item will be accomplished at the time of proposal in order to be considered technically acceptable. *See the next page for the proposal Submission Requirements and Return Form
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/OCALCCC/F3YCDL4027A001/listing.html)
- Record
- SN03351241-W 20140501/140429234446-e34b16ad526f459a383f5b8ae6ccf2b6 (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 |