SOLICITATION NOTICE
17 -- Fixed Height Tripod Jack, 12-Ton for use on rotary-wing aircraft
- Notice Date
- 5/4/2005
- Notice Type
- Solicitation Notice
- NAICS
- 336413
— Other Aircraft Parts and Auxiliary Equipment Manufacturing
- Contracting Office
- USPFO for Montana, P.O. Box 4789, Helena, MT 59604-4789
- ZIP Code
- 59604-4789
- Solicitation Number
- W9124V-05-T-0012
- Response Due
- 5/16/2005
- Archive Date
- 7/15/2005
- Small Business Set-Aside
- Total Small Business
- 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; quotes ar e being requested and a written solicitation will not be issued. The solicitation number is W9124V-05-T-0012 and is issued as a Request for Quote (RFQ). The NAICS code is 336413 and the size standard is less than 1000 Employees. The solicitation documen t and incorporated provisions and clauses are those in effect though Federal Acquisition Circular 2001-26, Effective 19 JAN 2005 & Class Deviation 2005-o0001. The proposed contract is 100 percent set aside for small business concerns. The acquisition is a firm fixed priced purchase order in support of the Montana Army Aviation Support Facility (MTARNG AASF). MTARNG AASF requires four (4) 12 Ton fixed height tripod hydraulic jacks for use on helicopter maintenance. The items intended for purchase: JACKs (4 EA), 12-TON TRIPOD HYDRAULIC. MINIMUM CAPACITY 12-TON, ROLL UNDER HEIGHT 14.5-15.5, MANUAL HAND PUMP, LOW HEIGHT 14-15, HYDRAULIC LIFT OF 23-24, EXTENSION SCREW MINIMUM OF 6, TOTAL EXTENED HEIGHT 42.5-44.5, SAFETY POP-OFF VALVE SET AT 13-13.5 TON , MANUAL LOCKNUTS ON ALL STAGES, BASE RADIUS TO OUTSIDE OF TRIPOD LEGS 13.5-14.5, HEAVY-DUTY SWIVEL CASTER WHEELS ON LEGS, OPERATING MANUAL FOR EACH JACK AND A MINIMUM OF A 3-YEAR WARRANTY. For descriptive Purposes, the equipment shall be brand name or e qual to Malabar International Model 12314S product. If the offeror is quoting an equal item, please provide technical specification and warranty information. The provision of FAR 52.212-3, Offeror Representations and Certifications-Commercial Items (May 2004) applies to this RFQ. 52.212-3, the clause needs to be completed and a signed copy of this provision shall be submitted with any offer. 52.212-2, Evaluation, Commercial Items (Jan 1999). The Government will award a contract resulting from this sol icitation 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: Price, Past Performance and Technical C apability. Past performance and technical capability, when combined, are significantly more important when compared to price or cost. Vendors are requested to submit past performance information to include persons of contact on their last two contracts fo r similar products. The following Federal Acquisition Regulation (FAR) and its supplements DFAR and AFAR provisions and clauses apply to this acquisition; 52.204-7 Central Contractor Registration; 52.211-6 Brand Name or Equal; 52.212-1 Instructions to O ffersCommercial Items (Oct 2003); 52.212-2 Evaluation Commercial Items; 52.212-3 Offeror Representations and Certifications Commercial Items; 52.212-4 Contract Terms and ConditionsCommercial Items (Oct 2003); 52.212-5 Contract Terms and Conditions Requir ed to Implement Statutes or Executive OrdersCommercial Items (Deviation) (Oct 2003); 52.219-1 Small Business Program Representations; 52.219-6 Notice of Total Small Business Set-Aside (July 1996); 52.222-3 Convict Labor (June 2003); 52.222-19 Child Labor Cooperation with Authorities and Remedies, (June 2004); 52.222-21 Prohibition of Segregated Facilities (Feb 1999); 52.222-22 Previous Contracts and Compliance Reports; 52.222-26, Equal Opportunity (April 2002); 52.222-36 Affirmative Action for Workers with Disabilities (June 1998); 52.223-3 Hazardous Material Identification and Material Safety Data; 52.225-13 Restrictions on Certain Foreign Purchases, (Dec 2003); 52.232-33 Payment by Electronic Funds Transfer Central Contractor Registration (Oct 2003); 52.2 33-3 Protest After Award; 52.247-65 F.o.b. Origin, Prepaid Freight, Small Package Shipments; 52.252-2 Clauses Incorporated by Reference (Feb 1998); 52.252-6 Aut horized Deviations in Clauses; 252.204-7004 Required Central Contractor Registration Alternate A (Nov 2003); 252.212-7000 Offeror Representations and Certifications Commercial Items; 252.212-7001 Contact Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items (April 1003); 252.225-7000 Buy American Act Balance of Payments Program Certificate (APR 2003); 252.225-7001 Buy American Act and Balance of Payments Program (APR 2003); 252.232-700 3 Electronic Submission of Payment Requests. You can visit the website at http://farsite.hill.af.mil/ for the provisions and clauses needed for this synopsis/solicitation. Offers must be submitted by hard copy, fax or email to the USPFO for Montana, ATTN Purchasing and Contracting, 1900 North Williams Street, Helena, Montana 59602, or Post Office Box 4789, Helena, Montana 59624-4789, Fax Number 406-324-3471 or email to kelly.traynham@mt.ngb.army.mil, No later than May 16, 2005, by 4:00 pm.
- Place of Performance
- Address: USPFO for Montana P.O. Box 4789, Helena MT
- Zip Code: 59604-4789
- Country: US
- Zip Code: 59604-4789
- Record
- SN00800883-W 20050506/050504212203 (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 |