Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF OCTOBER 12, 2002 FBO #0314
SOLICITATION NOTICE

16 -- UH-60A/L Bleed Air Heaters

Notice Date
10/10/2002
 
Notice Type
Solicitation Notice
 
Contracting Office
USPFO for Iowa, Camp Dodge, 7700 NW Beaver Drive, Johnston, IA 50131-1902
 
ZIP Code
50131-1902
 
Solicitation Number
DAHA13-03-R-0001
 
Archive Date
12/20/2002
 
Point of Contact
Mark Thompson, (515)252-4248
 
E-Mail Address
Email your questions to USPFO for Iowa
(mark.thompson@ia.ngb.army.mil)
 
Small Business Set-Aside
N/A
 
Description
NA This is a combined synopsis/solicitation for the purchase of a commercial item prepared in accordance with the format in FAR Subpart 12.6, the test program in FAR Subpart 13.5, as supplemented with additional information included in this notice. This anno uncement constitutes only the solicitation, quotations are being requested and written solicitation will not be issued. This solicitation is issued under Request For Proposals (RFP) number DAHA13-03-R-0001. All quotes shall reference the RFP number and s hall be submitted by 4:30 P.M. local time on 21 Oct 2002. The anticipated award date is 24 Oct 2002, with a proposed delivery date of 60 days. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC 2001-04. This solicitation is issued under Full and Open Competition. The North American Industry Classification system code (NAICS) 336411 size standard of 1,500. The Iowa National Guard wishes to procure 7 Cabin Heater Kits for our UH-60 Blackhawk Helicopter Fleet. The proposed heating system will utilize bleed air as its primary source of energy. The bleed air will be delivered by the main engines under flight conditions, and by an auxiliary power unit during ground operations. The syst ems main operating switch is must be located on the cockpit overhead panel for easy access. The bleed air must only utilize a percent and a half of additional power, consuming only a small amount of electrical energy. The performance of the heater should measure up to be approximately 50,000 BTU?s, and will not require ducting due to the output of the bleed air heaters. The weight of the heaters should not exceed approximately 20lbs. The maximum weight requirement will nullify the need to remove the hea ters during missions requiring that the maximum amount of weight be utilized; though the systems need to be mission capable with the option of removal. The heaters should be delivered to Building #1, Army Aviation Support Facility located at 700 Snedden Dr ive, Boone, IA. 50036-5411. All 7 heaters must be installed by the selected vendor at the location noted above. The vendor must supply the requiring facility with a skilled technician experienced in the installation and capable of advising on technical an d operational maintenance of the proposed heaters. The units should be uncomplicated to install, and the vendor is required to provide Technical/Operator/Installation Manuals and any applicable drawings. Certifications: The heaters must be currently avai lable for the use on Army UH-60A/L aircraft, with either an Airworthiness release or Type Qualification. The heaters must meet military specifications including MIL-E-6015D EMC, MIL-B-5078B, and NASA SP-3006 (Human Factors Requirements concerning temperat ure limits). Solicitation provision at FAR 52.212-1, Instructions to Offerors?Commercial Items (OCT 2000) is hereby incorporated by reference. In accordance with the solicitation provision 52.212-2, Instructions to Offerors ? Commercial Items (Jan 1999) t he Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous representing the best value to the Government, price and other factors considered. The tec hnical factors used to evaluate offers will be functionality of the heaters, past performance, and delivery terms. The technical factors will be rated higher than the cost factor. Evaluation of functionality shall be based upon the following: Offerors shal l provide specification sheets and dimensions with details entailing the requirements noted in the descriptions listed above. The functionality should be described in sufficient detail for the Government to be able to evaluate the technical capabilities of the proposed heaters. The vendor shall identify the number of days it will take provide the requested items, failure to identify the number of days for de livery will indicate acceptance of a delivery date 60 days after award of the contract. Past performance will be evaluated as follows: Evaluation of past performance shall be based on information provided by the offerors and any other information the Gove rnment may obtain by following up on the information provided by the offerors and/or through other sources (i.e. offerors performance on previously awarded contracts and/or contracts with other Government entities). The offeror must identify three Federal , State or local Government and private contracts for which the offeror has supplied similar services to those identified in this solicitation. References should include the most recent contracts completed within the last five years. The offeror shall pr ovide a point of contact, contract number, current telephone numbers and fax numbers for each contract. Offerors shall address each evaluation factor stated above, failure to address any item may cause the offerors proposal to be rejected. An individual price must be submitted for each line item listed above. Offerors are reminded to include a completed copy of provision at FAR 52.212-3 I, Offeror Representations and Certifications?Commercial Items Alternate I, with their proposal. FAR 52.212-4, Contract Terms and Conditions Required to Implement Statutes or Executive Orders?Commercial Items, is hereby incorporated by reference. The following clauses within 52.212-5 apply to this solicitation and any resultant contract; 52.203-6, Restrictions on Subcont ractor Sales to the Government, with Alternate I; Notice of Price Evaluation Preference for HUBZone Small Business Concerns; 52.219-8, Utilization of Small Business Concerns and Small Disadvantaged Business Concerns (15 USC 637); 52.222-21, Prohibition of Segregated Facilities; 52.222-26, Equal Opportunity; 52.222-35, Affirmative Action for Special Disabled and Vietnam Era Veterans; 52.222-36, Affirmative Action for Workers with Disabilities; 52.222-37, Employment Reports on Special Disabled Veterans a nd Veterans of the Vietnam Era; 52.222-19, Child Labor -- Cooperation with Authorities and Remedies; 52.223-9, Estimate of Percentage of Recovered Material Content for EPA-Designated Products (42 U.S.C. 6962(c)(3)(A)(ii)); Alternate I of 52.223-9 (42 U.S .C. 69621(i)(2)(C)); 52.232-36 Payment by Third Party (31 U.S.C. 3332); 52.232-33, Payment by Electronic Funds Transfer -- Central Contractor Registration; The following additional clauses and provisions are incorporated by reference: 52.247-34, F.O.B. ? Destination; 52.252-1, Solicitation Provisions Incorporated by Reference; 52.252-2, Clauses Incorporated by Reference; 252.204-7004, Required Central Contractor Registration; The following clauses within 252.225-7001apply to this solicitation and any resu ltant contract; 52.203-3 Gratuities (Apr 1984)(10 U.S.C. 2207) 252.225-7014 Preference for Domestic Specialty Metals (MAR 1998) (10 U.S.C. 2241 note); 252.227-7015, Technical Data, Commercial Items; 252.243-7002, Requests for Equitable Adjustment; 252.247 -7023, 252.225-7035 Buy American Act-North American Free Trade Agreement Implementation Act?Balance of Payments Program Certificate (Mar 1998) 252.225-7036, Buy American Act ? North American Free Trade Agreement Implementation Act ? Balance of Payments Pro gram (MAR 1998) (41 U.S.C. 10a-10d and 19 U.S.C. 3301 note) . Transportation of Supplies by Sea. The clause incorporated by reference can be accessed in full text at the Army Acquisition Web Site: http://web2.deskbook.osd.mil/default.asp. Sign and date y our offer, one original, must be submitted to Iowa Army National Guard, USPFO-PC, Camp Dodge, 7700 NW Beaver Drive, Johnston, Iowa 50131-1902, ATTN: CW3 Mark Thompson, Contracting Officer at or before 4:30 p.m., 21 Oct 2002. For information regarding this solicitation contact CW3 Mark Thompson at (515) 252-4248.
 
Place of Performance
Address: USPFO for Iowa Camp Dodge, 7700 NW Beaver Drive Johnston IA
Zip Code: 50131-1902
Country: US
 
Record
SN00186151-W 20021012/021010213329 (fbodaily.com)
 
Source
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)

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