SOLICITATION NOTICE
17 -- Maintenance Stand Systems
- Notice Date
- 8/5/2003
- 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-0004
- Response Due
- 8/20/2003
- Archive Date
- 10/19/2003
- Point of Contact
- Renee Berg, 515-252-4615
- E-Mail Address
-
USPFO for Iowa
(renee.berg@ia.ngb.army.mil)
- Small Business Set-Aside
- N/A
- Description
- NA This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals a re being requested and a written solicitation will not be issued. This solicitation is issued under Request For Proposals (RFP) number DAHA13-03-R-0004. All quotes shall reference the RFP number and shall be submitted by 4:30 P.M. local time on 20 Aug 20 03. The anticipated award date is 22 Aug 2003, with a proposed delivery date of 120 days. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC 2001-15. This solicitation is issued u nder Full and Open Competition. The North American Industry Classification system code (NAICS) 332999 size standard of 500. The Iowa National Guard wishes to procure a total of three helicopter maintenance stand systems for the CH-47 Chinook (1 ea), AH-64 Apache (1 ea), and the UH-60 Blackhawk (1 ea). The stand systems will be used in maintenance operations to facilitate working conditions above ground level. The stands should ease accessibility to areas of the aircraft that can reach up to 18 feet above the hangar floor, in order to access the upper areas of the aircraft and tail rotor areas. The platforms must provide a high degree of safety to maintenance operations by providing fall protection, eliminating the need for cumbersome, work hindering fall protection gear. The stands should also encompass dropped tool protection for work areas below the platforms by building in a fixed kick plate and a double handrail around the outer area of the platform. The stands must include an expanded metal walkway fo r better illumination to lower areas of the aircraft and impact guards to protect aircraft from metal tube frame, while allowing stand to conform to aircraft perimeter. The stands must be dividable to facilitate movement in confined areas of the aircraft. The system platforms must be wide enough to facilitate loading of large aircraft panels and parts, also allowing for several people to be on stands at one time. Non-skid deck surfaces and swivel casters that lock are mandatory features. Stands should comp ly with all OSHA standards for structural soundness and safety. The units should be uncomplicated to assemble, and the vendor is required to provide Technical/ Installation Manuals and any applicable drawings. Each of these stands needs to be aircraft spec ific, and not interchangeable with the others. The CH-47 Chinook Maintenance Stand System will be delivered to AASF#3, 9650 Harrison Street, Davenport, IA 52806-7338. The AH-64 Apache Maintenance Stand System will be delivered to AASF#2, 2245 West Big Roc k Rd, Waterloo, IA 50703-9645. The Maintenance Stand System for the UH-60 Blackhawk will be delivered to AASF #1, 700 Sneden Drive, Boone, IA 50036-5411. Solicitation provision at FAR 52.212-1, Instructions to OfferorsâCommercial Items (OCT 2000) is hereby incorporated by reference. In accordance with the solicitation provision 52.212-2, Instructions to Offerors â Commercial Items (Jan 1999) the Government will award a contract resulting from this solicitation to the responsible offeror whose of fer conforming to the solicitation will be most advantageous representing the best value to the Government, price and other factors considered. The technical factors used to evaluate offers will be functionality of the stands, past performance, and delive ry terms. The technical factors will be rated significantly higher than the cost factor. Evaluation of functionality shall be based upon the following: Offerors shall 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 capabi lities of the proposed stands. The vendor shall identify the number of days it will take provide the requested items, failure to identify the number of days for delivery will indicate acceptance of a delivery date 120 days after award of the contract. Pa st performance will be evaluated as follows: Evaluation of past performance shall be based on information provided by the offerors and any other information the Government may obtain by following up on the information provided by the offerors and/or throug h 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 simila r services to those identified in this solicitation. References should include the most recent contracts completed within the last five years. The offeror shall provide a point of contact, contract number, current telephone number and fax number 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 c ompleted copy of provision at FAR 52.212-3 I, Offeror Representations and CertificationsâCommercial Items Alternate I, with their proposal. The following clauses and provisions are incorporated by reference: FAR 52.212-4, Contract Terms and Conditions Required to Implement Statutes or Executive OrdersâCommercial Items; 252.212-7035, Buy American Act â North American Free Trade Agreement Implementation Act â Balance of Payments Program Certificate; 52.252-1, Commercial Items Solicitation Provisions Incorporated by Reference; 52.252-2, Clauses Incorporated by Reference; 252.204-7004, Required Central Contractor Registration; 52.247-34, F.O.B. â Destination; The following clauses within 52.212-5 apply to this solicitation and any resul tant contract; 52.203-6, Restrictions on Subcontractor 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, E mployment Reports on Special Disabled Veterans and Veterans of the Vietnam Era; 52.222-19, Child Labor -- Cooperation with Authorities and Remedies; 52.225-13 Restrictions on Certain Foreign Purchases (Deviation); 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 clauses within 252.212-7001 apply to this solicitation and any resultant contract; 52.203-3 Gratuities (Apr 1984)(10 U.S.C. 2207) 252.225-7012 Prefe rence for Certain Domestic Commodities; 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, 252.225-7036, Bu y American Act â North American Free Trade Agreement Implementation Act â Balance of Payments Program (MAR 1998) (41 U.S.C. 10a-10d and 19 U.S.C. 3301 note) . The clauses incorporated by reference can be accessed in full text at the Army Acquisit ion Web Site: http://deskbook.dau.mil/jsp/default.jsp. Sign and date your offer, one original, must be submitted to Iowa Army National Guard, USPFO-PC, Camp Dodge, 7700 NW Beaver Drive, Johnston, Iowa 50131-2416, ATTN: CW3 Mark Thompson, Contracting Offic er at or before 4:30 p.m., 20 Aug 2003. For information regarding this solicitation contact SSgt Renee Berg at (515) 252-4615 or CW3 Mark Thompson at (515) 252 -4248.
- Web Link
-
Link to FedBizOpps document.
(http://www.eps.gov/spg/USA/NGB/DAHA13/DAHA13-03-R-0004/listing.html)
- Place of Performance
- Address: USPFO for Iowa Camp Dodge, 7700 NW Beaver Drive Johnston IA
- Zip Code: 50131
- Country: US
- Zip Code: 50131
- Record
- SN00393152-F 20030807/030805223247 (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 |