Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF JANUARY 5,1998 PSA#2004

18 Contracting Squadron, Attn: LGCW, Unit 5199, APO AP 96368-5199

17 -- AERIAL PLATFORMS SOL F62321-98-T1085 DUE 021098 POC Ritsuko Higa 011 81 611 734-1855/2d Lt Garth Arevalo 011 81 611 734-5843 E-MAIL: 18 Contracting Squadron, higar@emh.kadena.af.mil">higar@emh.kadena.af.mil/arevalog@emh.kadena.af.mil. 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 shall not be issued. Solicitation #F2321-98-T1085 -- Request for Quotations. The solicitation document and incorporated provisions and clauses are those in effect through the 1997 FAR Rewrite. SIC code -- 3531. This acquisition is for two (2) motorized, elevating Aerial Platforms to include: ATB-60 aluminum boom, BVMP guard system airline to platform, a/c outlet 110 volt, driving lights, spark arrestor muffler, HVD powered generator, four wheel drive, and commercial warranty. Since these units will be used in direct support of aerospace maintenance, certain elements must be met by manufacturer for this purchase. The primary elements indicate the minimum standards that should be met for the platform to be effective. However, safety considerations are essential to ensure the safety of the aircraft and personnel who operate the unit. Failure to meet any of the elements in these two categories would render the unit as unable to meet our needs. Secondary elements should be considered as added value from competitive manufacturers. PRIMARY ELEMENTS: A. Self-Propelled (Gasoline or Diesel Engine Driven) w/Spark Arrestor Muffler B. 60 -- 70 feet working height of platform C. 40 Feet Horizontal Reach D. 180 Degree Platform Rotation E. Articulated Boom System F. Four-Wheel Drive/Steer with Puncture Resistant and/or Filled Tires 500 lb. minimum capacity platform w/Two Safety Lanyard Attachments (OSHA) SAFETY CONSIDERATIONS: A. Collision Avoidance System (to prevent accidental damage to aircraft) B. Emergency Power for Hydraulics System C. Manual Bleed at Ground Level for Main and Riser Booms D. Speed Control for Hydraulic System E. Tilt Alarms F. Drive Motion Alarm SECONDARY ELEMENTS: A. Airline to Platform with Take-up Reel (for supplied compressed air) B. Operate and Drive Unit form Platform110 VAC Outlet at Platform C. On-board Electrical Generator D. Driving Lights: Two Front Headlights/Two Rear Red Lights/One Back-up Light E. Adjustable Flood Light at Platform F. Hour Meter, Ammeter, Coolant Gauges G. 40 Gallon Fuel Tank H. Lifting and Tie-Down Lugs I. Paint Color: No Preference J. Undercoating to Prevent Corrosion Delivery shall be at the earliest time possible but not later than 31 May 1998. For shipments that cannot be accomplished via US mail, delivery shall be FOB Destination -- Lathrop, CA. The provision at FAR 52.212-1, Instructions to Offerors -- Commercial Items (June 1997), applies to this acquisition with no addenda. The provision at FAR 52.212-2, Evaluation-Commercial Items (Oct 1995) applies to this acquisition, and is incorporated in full text in the following: (a) 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: A. Safety for Workers and Aircraft B. Working Height C. Horizontal Working Reach D. Availability of Requested Optional Equipment E. Ease of Operation of all Controls F. Smoothness of Operation (Boom Travel, Oscillation of Platform, etc.) G. Turning Radius of Vehicle H. Cost I. Warranty/Service Agreement for Engine, Drive Train, and Structure J. Delivery Time K. Past Performance Offerors shall include a completed copy of the provision at FAR 52.212-3, Offeror Representations and Certifications -- Commercial Items (January 1997) with its offer. The clause at FAR 52.212-4, Contract Terms and Conditions -- Commercial Items (May 1997) applies to this acquisition. In addition to the guidance contained in FAR 52.212-4, contractors shall submit proof of delivery with their invoices. Proof of delivery may be in the form of a bill of lading or other shipping document signed by the receiving office. Invoices received without proof of delivery shall not be accepted. FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders -- Commercial Items (August 1996) applies to this acquisition. However, only the following clauses in paragraph (b) apply: 52.203-6 Restrictions on Subcontractor Sales to the Government, with Alternate I (July 1995), 52.203-10 Price or Fee Adjustment for Illegal or Improper Activity (January 1997), 52.222-26 Equal Opportunity (April 1984), 52.222-35 Affirmative Action for Special Disabled and Vietnam Era Veterans (April 1984), 52.222-36 Affirmative Action for Handicapped Workers (April 1984), 52.222-37 Employment Reports on Special Disabled Veterans and Veterans of the Vietnam Era (January 1988). Offers are due no later than 10 February 1998 by 1600 Japan Standard Time. Inquiries shall only be accepted by FAX or email. Offers shall be accepted via FAX only. (0364)

Loren Data Corp. http://www.ld.com (SYN# 0069 19980105\17-0001.SOL)


17 - Aircraft Launching, Landing and Ground Handling Equipment Index Page