SOLICITATION NOTICE
16 -- EXTENDED SLING LEG PENDANTS
- Notice Date
- 12/13/2004
- Notice Type
- Solicitation Notice
- NAICS
- 314991
— Rope, Cordage, and Twine Mills
- Contracting Office
- ACA, Fort Campbell, Directorate of Contracting, Building 2174, 13 ? & Indiana Streets, Fort Campbell, KY 42223-1100
- ZIP Code
- 42223-1100
- Solicitation Number
- W91248-05-Q-0018
- Response Due
- 12/23/2004
- Archive Date
- 2/21/2005
- Point of Contact
- shirley.banks, 270-798-7200
- E-Mail Address
-
ACA, Fort Campbell
(shirley.banks@campbell.army.mil)
- Small Business Set-Aside
- N/A
- 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. This combined synopsis-solicitation is issued as a request for quote (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisit ion Circular 2001-25. The solicitation is issued as a Request for Quote W91248-05-Q-0018. The NAICS code is 314991 and the small business size standard is 500 employees. Solicitation is unrestricted. The Government requires a long-line helicopter sling system, which speeds up PZ operations and reduces the risk associated with conducting sling load operations in adverse environments (blowing sand, dust, snow and low ambient light). The system must eliminate or significantly reduce the need for a hook-up team on the ground and eliminate the need for the helicopter to hover over the load to achieve hook-up. 1. System Characteristics. The system must be a single pendant possessing the following characteristics: a. Fifty feet (50) in length and capable o f being configured as a single or in series as a double-leg vertical pendant; b. Minimum demonstrated breaking strength of 75,000 pounds in order to rate the lines at 15,000 pounds working capacity with a safety factor of 5:1, not including any degradation factors necessary to meet environmental capability requirements throughout the life of the pendant; c. Provide an external attachment to existing U.S. Army UH-60 and CH-47 helicopter cargo hooks. The attachment must not interfere with the normal or emerg ency release systems on the helicopter cargo hooks and must include a formed eyelet or a hook and keeper assembly spliced at each end; d. Capable of mating with existing U.S. Army sling load hardware, namely the 10,000- and 25,000-pound capacity sling sets ; e. Demonstrate a vertical lift and working capacity of at least 15,000 pounds with minimum elongation to allow use of existing rigging procedures for single and dual point loads without affecting load angle of dual point loads with off-center center of g ravities. Elongation of less than 5% at working load limit is anticipated to meet this requirement; f. All environments capable and durable in field conditions with a minimum service life of 10 years. Demonstrated capability to withstand temperature rang es from -35oC to +70oC. Resistant to mildew, sand penetration, solar radiation, saltwater and petroleum products. Resistant to snagging and tearing on the mounting hardware of typical U.S. Army loads; g. Demonstrate acceptable flight characteristics with in the maneuvering limits and airspeed ranges of UH-60 and CH-47 helicopters; h. Require minimal storage space and demonstrate transportability in the typical cargo areas of the various models of the U.S. Army HMMWV. Light enough in weight for two average soldiers to remove it from a HMMWV cargo bed and transport it by hand over a level distance of fifty (50) meters with minimal difficulty. No more than two soldiers should be required to position and manipulate the system for rigging any load. Weight shou ld not exceed 75 pounds; i. Daily maintenance requirements must not exceed the capability of entry-level soldiers required to perform tasks under direct supervision. 2 Testing and Evaluation a. Extended sling lines shall be evaluated according to the fol lowing selection criteria: (1) Technical Performance: Demonstrated effectiveness at performing intended pendant functions and meeting requirements stated above. (2) Production Capability: Manufacturers ability (based on management experience and company productivity) to develop a production plan which meets delivery requirements outlined below. (3) Cost: Ability of manufacturer to produce required pendants at a competitive final production cost per unit. The Government reserves the right to request an audit of the vendors pricing and production capability by the cognizant DCAA office. b. Destructive testing of a minimum of five (5) pendants shall be accomplish ed at the manufacturers designated test facility in coordination with the Natick Soldier Center. Sand penetration testing of eleven (11) pendants shall be conducted by the Natick Soldier Center followed by destructive testing at the manufacturers design ated test facility with Natick supervision. Flight evaluation and testing will be conducted at Ft. Campbell and Ft. Polk by the requiring activity with supervision by the Natick Soldier Center. 3. Manufacturer must include the following documentation with proposal: (a) Manufacturers proposed item design performance against requirements. (b) Differences, as applicable, between sample pendants and final proposed product design. (c) Proposed production plan and delivery schedule. (d) Supporting documentatio n showing environmental durability if raw materials used in construction of final proposed design have a demonstrated strength loss beginning at temperatures at or below 95oC. (e) Results from any testing of final proposed design or similar configuration. (f) Cost breakdown, to include cost per unit for each delivery option and testing (if priced separately). (g) Capabilities of test facility to be used during load testing (i.e. usable test bed length, load cell range, load application rate, data collection and reporting capabilities, etc.) 4. Responsibility Determination: In accordance with Federal Acquisition Regulation (FAR) 9, vendors must be determined responsible prior to award. Vendors shall provide past performance information with their proposal. 5. Procurement Objectives and Timeline. The Government requires a total of 1200 long-line systems. The required delivery timeline consists of three phases with each phase being either a new contract or an option that the Government can choose to exercise . The required delivery timeline is as follows: a. Phase I: Delivery of two (2) pendants by 23 DEC 04 for initial testing and flight evaluation. b. Phase II: Based on results of Phase I testing, the Government may award a follow-on contract to purchase (from any, all or none) 31 pendants. (1) Five (5) shall be strength tested by manufacturer with Natick supervision NLT 7 JAN 05. (2) Four (4) shall be delivered to Ft. Campbell NLT 7 JAN 05 for flight evaluation testing. (3) Eleven (11) delivered to the Natick Soldier Center by 21 JAN 05 for sand penetration testing. (4) Eleven (11) shall be delivered to Ft. Campbell by 21 JAN 05 c. Phase III: Based on results of Phase II testing, the Government may award a follow-on contract to the successful offeror f or 1,210 pendants. Purchase covers quality load testing of one out of every fifty pendants (25 pendants load tested and 1,185 pendants purchased and added to the 15 previously delivered to Ft. Campbell). A minimum of 45 slings must be delivered by 11 MAR 05. The remaining 1,140 slings must be delivered at a minimum rate of 190 pendants every 30 calendar days with the final delivery occurring 7 SEP 05. The provision at 52.212-1 Instructions to Offerors Commercial Items, is applicable and is addended by the information indicated above under System Characteristics (above). The provision at 52.212-2, Evaluation Commercial Items is applicable to this acquisition. The Government will evaluate items in accordance with Testing and Evaluation criteria, items a. through c. above. Offerors are instructed to submit completed copies of FAR Provision 52.212-3, Offeror Representations and Certifications Commercial Items, and DFARS Provision 252.212-7000 Offeror Representations and Certifications Commercial Ite ms, with offers. The contract clause at 52.212-4, Contract Terms and Conditions Commercial Items, applies to this acquisition. The clause at 52.212-5, Contr act Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Items, applies to this acquisition and the following additional FAR clauses cited within the clause also apply: 52.203-6 Restrictions on Subcontractor Sales to the Gov ernment; 52.219-4 Notice of Price Evaluation Preference for HUBZone Small Business Concerns; 52.219-8 Utilization of Small Business Concerns; 52.219-9 Small Business Subcontracting Plan; 52.222-3 Convict Labor; 52.222-19 Child Labor Cooperation with Auth orities and Remedies; 52.222-21 Prohibition on Segregated Facilities; 52.222-26 Equal Opportunity; 52.222-35 Equal Opportunity for Special Disabled Veterans; Veterans of the Vietnam Era, and Other Eligible Veterans; 52.222-36 Affirmative Action for Workers with Disabilities; 52.222-37 Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans; 52.225-13 Restrictions on Certain Foreign Purchases; 52.232-33 Payment by Electronic Funds Transfer; and 252.212-7001 C ontract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items is applicable with the following additional DFARS clauses cited therein applicable: 52.203-3 Gratuities; 252.205-7000 Pro vision of Information to Cooperative Agreement Holders; 252.219-7003 Small, Small disadvantaged and Woman-Owned Small Business Subcontracting Plan (D0D Contracts); 252.225-7012 Preference for Certain Domestic Commodities;252.225-7021 Trade Agreements; 252. 226-7001 Utilization of Indian Organizations, Indian-Owned Economic Enterprises, and Native Hawaiian Small Business Concerns; 252.227-7015 Technical Data Commercial Items; 252.227-7037 Validation of Restrictive Markings on Technical Data; 252.232-7003, El ectronic Submission of Payment Requests; 52.243-7002 Certification of Requests for Equitable Adjustment; 252.247-7023 Transportation of Supplies by Sea and 252.247-7024 Notification of Transportation of Supplies by Sea. This solicitation will be available on the Internet at Fort Campbell Directorate of Contract (DOC) Home Page at http://doc.campbell.army.mil/ . Information from the DOCs homepage will be in Adobe Portable Document Format (PDF). Free copies of the Adobe Acrobat Reader to view and print ma y be obtained at www.adobe.com/prodindex/acrobat/readstep.html or from DOCs Home Page. Quotes are due 23 Dec 2004, 1:00 P.M. CT at Directorate of Contracting, Bldg. 2172, ATTN: Kevin Day, 13 ½ St., Ft. Campbell, KY 42223-5358 email kevin.day@campbell.arm y.mil . Successful offeror must be registered in the Central Contractor Registration Database (see DFARS 252.204-7004) prior to award of contract. ***** NOTE: THIS NOTICE WAS NOT POSTED TO WWW.FEDBIZOPPS.GOV ON THE DATE INDICATED IN THE NOTICE ITSELF (13-DEC-2004); HOWEVER, IT DID APPEAR IN THE FEDBIZOPPS FTP FEED ON THIS DATE. PLEASE CONTACT fbo.support@gsa.gov REGARDING THIS ISSUE.
- Web Link
-
Link to FedBizOpps document.
(http://www.eps.gov/spg/USA/DABK/DABK09/W91248-05-Q-0018/listing.html)
- Place of Performance
- Address: ACA, Fort Campbell Directorate of Contracting, Building 2174, 13 1/2 & Indiana Streets Fort Campbell KY
- Zip Code: 42223-1100
- Country: US
- Zip Code: 42223-1100
- Record
- SN00720759-F 20041215/041213212053 (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 |