SOLICITATION NOTICE
42 -- Latchway Fall Protection Equipment
- Notice Date
- 9/12/2003
- Notice Type
- Solicitation Notice
- Contracting Office
- Department of the Navy, Naval Air Systems Command, Naval Air Warfare Center Aircraft Division Pax River, Building 441 21983 Bundy Road Unit 7, Patuxent River, MD, 20670
- ZIP Code
- 20670
- Solicitation Number
- N00421-03-T-0239
- Response Due
- 9/22/2003
- Archive Date
- 10/1/2003
- Point of Contact
- George Seabolt, Contract Specialist, Phone 301-757-9715, Fax 301-757-0200,
- E-Mail Address
-
seaboltgw@navair.navy.mil
- Description
- 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 will not be issued. Solicitation N00421-03-T-0239 is being issued as a Request for Quotation. This solicitation incorporates clauses and provisions in effect through the Federal Acquisition Circular 2001-15 and DCN 20030821. This requirement is not a small business set-aside. The North American Industry Classification System code 541690 and the small business size standard is $6,000,000. The government intends to solicit and negotiate on an other than full and open competitive basis under the authority of FAR 6.302-1. Competition will be limited to contractors who are certified by the Latchway Company to distribute/install their Mansafe Fall Arrest System. The system must be compatible with an existing Latchway Mansafe Fall Arrest System. This notice of intent is not a request for full and open competitive proposals. However; interested parties may submit a capabilities statement in which they identify their interest and capability. All capability statements received by 3:30 P.M. Eastern Standard Time 22 September 2003, will be considered by the government solely for the purpose of determining whether to initiate a competitive procurement. Technical capability will be determined solely on the content and merit of the information submitted in response to this provision. Therefore, it is incumbent on the offeror to provide sufficient technical literature, documentation, etc. in order for the Government to make an adequate technical assessment. The Government reserves the right to process the procurement on an other than full and open competitive basis based upon responses received. The Government will not pay for any information received. Site visits are scheduled for 18 September 2003 from 9:00 to 10:00 am. Site visits may be scheduled by contacting Ann Franklin at 301-342-1558 by 2:00 pm eastern standard time 16 September 2003. The closing date for the request for quotation is 22 September 2003 at 3:30 P.M. eastern standard time. Offerors must be registered in the Central Contractor Registration (CCR) database prior to submission of an offer to be considered for award of any DoD contract. This may be accomplished electronically at http://www.ccr.gov/vendor.cfm. Purchase and install Latchway Mansafe System on a Firm Fixed Priced basis as follows: Line item 0001: - Hangar Fall protection for hangar 101, Eight (8) Latchway?s Mansafe Fall Arrest Systems. Systems are to be configured with One (1) approximately 100-foot long system along the fuselage, two approximately 56-foot long systems, one over each wing and two single point anchors with 20-foot drop cables over the horizontal stabilizers, in the South Bay. Included in the South bay is One (1) of the Five (5), approximately 112-foot long, systems running across the bay in the direction of the wings. The North Bay is to have another Four (4) 112-foot systems, to be located at the column lines. The systems are to be designed to accommodate the recent renovations to the heating systems and various piping in the hangar; including any necessary custom drop steel supports and cable stabilizers. The systems are designed for four workers on the 112-foot systems, three workers on the fuselage system and two workers per wing for the 56-foot wing systems. The project is to include a minimum set of user equipment, including Eleven (11) 30-foot Self-Retracting lifelines, Eight (8) Full Body Harnesses and 24-inch long Back D-ring Extenders, Eighteen (18) Latchways Hilatch connectors and Nine (9) Vertical rope / Rope grab kits. In addition; one training session for up to 125 personnel will be held at the completion of installation. Training shall include correct use and maintenance procedures for the system. Period of performance will be from award through 90 calendar days. Award is anticipated by 30 September. Technical acceptability will be determined solely on the content and merit of the information submitted in response to this synopsis/solicitation. Therefore, it is incumbent on the offeror to provide sufficient technical literature, documentation, etc. in order for the Government to make an adequate technical assessment of the quote. Each offeror shall include a completed copy of the provision at FAR 52.212-3, including Alt 1, Offeror Representations and Certifications -- Commercial (June 2003) with its quote. FAR 52.212-4 Contract Terms and Conditions -- Commercial Items (FEB 2002) is incorporated by reference and applies to this acquisition. The clause at 52.212-5 Contract Terms and Conditions Required to Implement Executive Orders -- Commercial Items (June 2003) is incorporated by reference, however, for paragraph (b) only the following clauses apply to this acquisition: 52.222-3, Convict Labor (June 2003)(E.O. 11755), 52.222-19, Child Labor-Cooperation with Authorities and Remedies (Sep 2002)(E.O. 13126), 52.222-21, Prohibition of Segregated Facilities (Feb 1999), 52.222-26, Equal Opportunity (Apr 2002)(E.O. 11246), 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Dec 2001)(38 U.S.C. 4212), 52.222-36, Affirmative Action for Workers with Disabilities (Jun 1998)(29 U.S.C. 793), 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Dec 2001)(38 U.S.C. 4212), 52.225-13, Restriction on Certain Foreign Purchases (June 2003)(E.O. 12722, 12724, 13059, 13067, 13121, and 13129), 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration (May 1999)(31 U.S.C. 3332). DFARS Clause, 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items (June 2003) is incorporated by reference, however, for paragraph (b) only the following clauses apply: 252.225-7001 Buy American Act and Balance of Payments Program. (APR 2003), 252.232-7003 Electronic Submission of Payment Requests (MAR 2003), 252.247-7023 Alt III Transportation of Supplies by Sea.(MAY 2002), 252.247-7024 Notification of Transportation of Supplies by Sea. (MAR 2000). Quotes are due to George Seabolt, Contract Specialist, Seaboltgw@navair.navy.mil or fax (301) 757-0200 by 3:30 P.M. Eastern Standard Time, September 22, 2003. Questions regarding this notice should be addressed to George Seabolt at (301) 757-9715.
- Place of Performance
- Address: NAWCAD, Hangar 101, 47765 Ranch Road, Patuxent River, MD
- Zip Code: 20670
- Country: USA
- Zip Code: 20670
- Record
- SN00433413-W 20030914/030912213411 (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 |