|
COMMERCE BUSINESS DAILY ISSUE OF JANUARY 5,1998 PSA#200418 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
|
|