Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF DECEMBER 04, 2020 SAM #6945
SOLICITATION NOTICE

42 -- Lift Air Bags

Notice Date
12/2/2020 7:40:12 AM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
326299 — All Other Rubber Product Manufacturing
 
Contracting Office
NAVAL AIR WARFARE CENTER AIR DIV PATUXENT RIVER MD 20670-1545 USA
 
ZIP Code
20670-1545
 
Solicitation Number
N002121Q0074
 
Response Due
12/4/2020 1:00:00 PM
 
Archive Date
12/19/2020
 
Point of Contact
johnny e smith, Phone: 3017572103, Roberta M Nethercutt, Phone: 3017578939, Fax: 3017578959
 
E-Mail Address
johnny.e.smith1@navy.mil, roberta.nethercutt@navy.mil
(johnny.e.smith1@navy.mil, roberta.nethercutt@navy.mil)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
The purpose of this amendment is to extend solicitation (N0042120Q0074) closing response date from 2 December 2020, 4:00pm Eastern Standard Time to 4 December 2020, 4:00pm Eastern Standard Time, and to address questions pertaining to this requirement. Please see technical questions and answers below: Question: Are accessories required? The request is for a lifting bag and makes no mention of a compressor, inflation hoses, condensate traps, pneumatic controllers. These items are all required as part of a system. Are these items you already have from an existing system? We would need OEM information (model#, specifications, etc) if we need to attach to an existing system or do you want KUNZ to quote a complete system? Answer: We would want a complete system, hoses, controllers, etc. Question: Aircraft application? Since the bag/bags should be used at PAX River and afloat, is the primary application for fighter jets, transport, UAV, trainers? Are you able to share specific aircraft models? Answer:�(V22) Question: Lift bag capacity? Page 4 mentions the capacity: �Aircraft lifting bag system shall be capable of handling a maximum aircraft weight of 52,600 lbs� Since you are only looking for one lifting bag and potentially two more if the option is exercised, do you only want to cover incidents like one MLG or NLG collapsed incidents. These are situations where only one bag is required and it would therefore reduce the capacity needed. As the price is mainly affected by size and capacity and the award will be made based on �lowest price technically acceptable� we would need more info in regard to required capacity of one lifting bag. As mentioned previously, it�s unclear what is meant by a �system� and also whether this already includes the possibly exercised options. Answer: System would be utilized for single, or multiple landing gear failures. �I.e. Nose gear failure, Main mount failure, or all three landing gear failure. �Total aircraft weight is 52,600 LBS, If a single nose gear fails, you can do the calculations of what weight the bag should withstand. Question: Landing velocity decent rate? Page 4 also mentions the following: �Aircraft lifting bag system shall be capable of handling a maximum landing velocity decent rate of 360 feet per minute� � What does this mean? How will this bag be used considering this context? Another statement is �aircraft lifting bag system shall withstand prop-rotor downwash wind speeds of up to 100mph for 5 minutes prior to landing of the aircraft�. These are confusing statements considering how lifting bags are used in normal recovery situations. Can you provide more information as to how these bags will be used? Answer:� We would not be using these bags for just lifting. We intend to land a V22 on them from a slow descending hover. U.S. Government ~ Tax Exempt All quotes/responses shall be submitted via email to Johnny.e.Smith1@navy.mil or Roberta.Nethercutt@navy.mil no later than 4 December 2020 by 4:00 pm Eastern Standard Time. � Solicitation N00421-21-Q-0074 is issued as a competitive procurement.� The Government intends to purchase on a firm fixed-price basis, and to solicit and award the proposed purchase order on a competitive basis, under the authority implemented by Federal Acquisition Regulation (FAR) by FAR Part 12 and FAR 13.� Offerors must be registered in the System for Award Management Registration (SAM) database prior to submission of an offer to be considered for award of any DOD contract.� This may be accomplished electronically at http://www.sam.gov. See Attached Solicitation Standard Form SF18 � Offers must complete the certification in Section K of this solicitation, 52.209-11, Representation by Corporation Regarding Delinquent Tax Liability or a Felony conviction under any Federal Law.� All offers must complete FAR 52.204-26 within SAM.� If 52.204-26 Section K is completed as �does not� for provision and use of the prohibited equipment and services, FAR 52.204-24 Section K would not be completed and submitted separately as part of the offer per direction within FAR 52.204-24 itself.� If FAR 52.204-26 includes �does� for either provision or use, FAR 52.204-24 Section K is required to be completed and submitted as part of the proposal. Offers must complete 52.212-3, Offeror Representations and Certifications-Commercial Items in Section K of the solicitation. This procurement is a total set-aside for small business under FAR Part 52.219-6 Notice of Total Small Business Set-Aside.� This is a firm fixed-price procurement; therefore, the offeror�s initial offer should represent the vendor�s best quote in terms of lowest price and technical acceptability.� Your quote must contain enough technical information to evaluate your quote. Your quote will only be evaluated on the information you provide. ***Basis for Award*** All interested parties MUST submit a quote no later than�4 �December 2020 by 4:00 pm Eastern Standard Time. Award will be made to the vendor that submits the lowest, firm fixed-price quotation that meets all the requirements within the Statement of Work contained in Section C of the solicitation (SF18) . The Government will not pay for any information received. ***Instructions to Offerors*** Please include the following information with your response: FOB: N/A Shipping Cost: N/A Tax ID# Dun & Bradstreet # Cage Code: Small Business � Yes ___� No ___ Estimated Delivery Date: � � � Government Points of Contact:� Johnny Smith A2522013, NAWCAD Procurement Group, 21983 Bundy Road, BLDG 441 Patuxent River, MD 20670-1127 Email: �johnny.e.smith1@navy.mil � Roberta Nethercutt A2522003, NAWCAD Procurement Group, 21983 Bundy Road, BLDG 441 Patuxent River, MD 20670-1127 Email: roberta.nethercutt@navy.mil
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/d39bbd428c6f4062937f1049f62f05d3/view)
 
Place of Performance
Address: Patuxent River, MD 20670, USA
Zip Code: 20670
Country: USA
 
Record
SN05864864-F 20201204/201202230139 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM 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.