SOLICITATION NOTICE
49 -- Wheel Build up system
- Notice Date
- 4/9/2008
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 334511
— Search, Detection, Navigation, Guidance, Aeronautical, and Nautical System and Instrument Manufacturing
- Contracting Office
- Air Mobility Command, 436th CONS, 639 Atlantic Street, Dover AFB,, Delaware, 19902-5639, United States
- ZIP Code
- 19902-5639
- Solicitation Number
- F1Q2EM8066A001
- Point of Contact
- ChristinaChung,, Phone: 302-677-3744
- E-Mail Address
-
christina.chung@dover.af.mil
- Small Business Set-Aside
- Total Small Business
- Description
- 49—Wheel Build Up System for C-5 & C-17 Wheel Asblie General Information Document Type: Combined Synopsis/Solicitation Solicitation Number: F1Q2EM8066A001 Posted Date: Apr 09, 2008 Original Response Date: Apr 18, 2008 Current Response Date: Apr 18, 2008 Classification Code: 49-Maintenance and repair shop equipment Set Aside: Total Small Business NAICS Code: 334511 Search, Detection, Navigation, Guidance, Aeronautical, and Nautical System and Instrument Manufacturing Contracting Office Address Department of the Air Force, Air Mobility Command, 436 CONS-Dover, 639 Atlantic Street, Dover AFB, DE, 19902, UNITED STATES Description This is a combined synopsis/solicitation prepared in accordance with Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. Offerors are responsible for monitoring this site for the release of any amendments or other pertinent information. This solicitation will be issued as a request for quotation (RFQ) under the solicitation number: F1Q2EM8066A001. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-20, Defense Federal Acquisition Regulation Supplement Change Notice (DCN) 2007-0906, and Air Force Acquisition Circular (AFAC) 2007-0823. This acquisition is a small business set aside under NAICS code 334511 and small business size standard of 750 employees. This RFQ contains twelve (12) line item(s). The item is on a firm fixed price basis and the item can be brand name or equal. The line item is as follows: Item 1- -Automatic Dual Spindle Torquing System (NSN: 4910-01-505-6996) Torque values up to 332 FT-LBS --Single Swinging gantry book --Fully Programmed for all wheel configurations being serviced --Unit of Issue-1 Each, Unit Price: $ _________ Item 2 - -Second Boom with hoist for wheel lifting (NSN: 4910-01-505-6996) --Unit of Issue-1 Each, Unit Price: $ _________ Item 3 - -Model 3085A wheel lifting fixture (NSN: 4910-01-505-6996) --Unit of Issue-1 Each, Unit Price: $ _________ Item 4 - -8731 Torque system calibration equipment (NSN: 4910-01-505-6996) --Unit of Issue-1 Each, Unit Price: $ _________ Item 5 - -Two days on-site training at Dover AFB, DE --Unit of Issue-1 Each, Unit Price: $ _________ Item 6 - -Estimated Shipping Cost --Unit of Issue-1 Each, Unit Price: $ _________ Item 7 - -Model 8071 universal wheel build up stand ( NSN: 4920-01-440-9168) --Unit of Issue-1 Each, Unit Price: $ _________ Item 8 - -BEI3840 C-17 BLK13 main wheel adapter assembly (wheel P/N: C20539000) --Unit of Issue-1 Each, Unit Price: $ _________ Item 9 - -BEI3840 C-17 BLK13 nose wheel adapter assembly (wheel P/N: C20536000) --Unit of Issue-1 Each, Unit Price: $ _________ Item 10- -BEI3840 C-17 main wheel adapter assembly (wheel P/N: 2608811, 2608741) --Unit of Issue-1 Each, Unit Price: $ _________ Item 11- -Series C-5 nose wheel adapter assembly (wheel P/N: 4G94009-107B) --Unit of Issue-1 Each, Unit Price: $ _________ Item 12- -Series C-5 main wheel adapter assembly (wheel P/N: 4G94000-117C) --Unit of Issue-1 Each, Unit Price: $ _________ The above-referenced line items are for a wheel build up system for C-5 & C-17 wheel asblie for the 436 Maintance Squadron on Dover AFB, DE. Offerors responding to this requirement must include specification data sheet and/or other pertinent literature on proposed items offered. Offerors may propose an alternate proposal if offering more than one solution. Any questions in regards to this solicitation must be submitted NLT Apr 15, 2008 to ensure Government ample response time and timely submittals of proposals. The delivery date is 16 weeks after receipt of award. The place of delivery, acceptance and FOB destination point is 436 EMS CCRA, Bldg 778, Chevron Way, Dover AFB, DE 19902-5714. Acceptance will be performed by the Government. All referenced Federal Acquisition Regulation (FAR) clauses and provisions in this solicitation may be accessed via the internet at https://farsite.hill.af.mil. The FAR provision 52.212-1, Instructions to Offerors - Commercial Items (SEP 2006), applies to this acquisition. Addenda to the following paragraphs of 52.212-1 are: (b) All quotes are due on or before 1200 hrs, Eastern Standard Time (EST), Friday, Apr 18, 2008. Submission may be made via email to christina.chung@dover.af.mil, via parcel mail to Department of the Air Forces, Air Mobility Command, 436 CONS, ATTN: 2Lt Christina Chung, 639 Atlantic Street, Dover AFB, DE 19902, or via facsimile at (302) 677-2309. Quotes must reference the solicitation number. (b)(4) Submit a technical description of the items being offered. (k) Central Contractor Registration. Offerors must be registered in the CCR database to receive a contract award. If the offeror does not become registered in the CCR database within three (3) days after receiving notification from the Contracting Officer, the Contracting Officer will proceed to award to the next otherwise successful registered offeror. In accordance with FAR clause 52.212-2 (a), Evaluation - Commercial Items (JAN 1999), the Government will award a contract resulting from this solicitation to the responsible offeror whose quotation conforming to the solicitation will be most advantageous to the Government based on best value. Offerors must comply with the provision 52.212-3, Offeror Representations and Certifications - Commercial Items (AUG 2007) and ALT I (APR 2002). The FAR clause 52.212-4, Contract Terms and Conditions - Commercial Items (FEB 2007), applies to this acquisition. FAR clause 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items (AUG 2007), is applicable to this procurement along with the following addenda: 52.219-6, Notice of Total Small Business Aside (Jun 2003) 52.219-14, Limitations on Subcontracting (Dec 1996)(15 U.S.C. 637(a)(14)) 52.222-3, Convict Labor (Jun 2003) 52.222-19, Child Labor - Cooperation with Authorities and Remedies (Jan 2006) 52.222-21, Prohibition of Segregated Facilities (Feb 1999) 52.222-26, Equal Opportunity (Mar 2007) 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Sep 2006)(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 (Sep 2006)(38 U.S.C. 4212) 52.222-50, Combating Trafficking in Persons (Aug 2007) 52.223-9, Estimate of Percentage of Recovered Material Content for EPA-Designated Products (Aug 2000)(42 U.S.C. 6962(c)(3)(A)(ii)) 52.225-13, Restrictions on Certain Foreign Purchases (Feb 2006) 52.232-33, Payment by Electronic Funds Transfer - Central Contractor Registration (Oct 2003) The FAR clause 52.203-6 -- Restrictions on Subcontractor Sales to the Government (Sep 2006), applies to this acquisition. The FAR clause 52.203-6 Alternate I (Oct 1995), applies to this acquisition. The FAR clause 52.211-6 -- Brand Name or Equal (Aug 1999), applies to this acquisition. The FAR clause 52.222-22 -- Previous Contracts and Compliance Reports (Feb 1999), applies to this acquisition. The FAR clause 52.223-3 -- Hazardous Material Identification and Material Safety Data (Jan 1997), applies to this acquisition. The FAR clause 52.223-4 -- Recovered Material Certification (Oct 1997), applies to this acquisition. The FAR clause 52.233-3 -- Protest After Award (Aug. 1996), applies to this acquisition. The FAR clause 52.233-4 -- Applicable Law for Breach of Contract Claim (Oct 2004), applies to this acquisition. The following additional DFARS provisions and clauses also apply: DFAR clause 252.212-7001, Contract Terms and Conditions Required To Implement Statutes Or Executive Orders Applicable to Defense Acquisitions of Commercial Items (APR 2007), is applicable to this acquisition along with the following addenda: 52.203-3, Gratuities (APR 1984) 252.225-7001, Buy American Act and Balance of Payments Program (JUN 2005) 252.232-7003 Electronic Submission of Payment Requests (Mar 2007) 252.232-7010, Levies on Contract Payments (Dec 2006) 252.211-7003, Item Identification and Valuation DFAR clause 252.225-7002 Qualifying Country Sources as Subcontractors (Apr 2003). DFAR clause 252.225-7000 Buy American Act--Balance of Payments Program Certificate (JUN 2005). (a) Definitions. “Domestic end product,” “foreign end product,” “qualifying country,” “qualifying country end product,” and “United States” have the meanings given in the Buy American Act and Balance of Payments Program clause of this solicitation. (b) Evaluation. The Government— (1) Will evaluate offers in accordance with the policies and procedures of Part 225 of the Defense Federal Acquisition Regulation Supplement; and (2) Will evaluate offers of qualifying country end products without regard to the restrictions of the Buy American Act or the Balance of Payments Program. (c) Certifications and identification of country of origin. (1) For all line items subject to the Buy American Act and Balance of Payments Program clause of this solicitation, the offeror certifies that— (i) Each end product, except those listed in paragraphs (c)(2) or (3) of this provision, is a domestic end product; and (ii) Components of unknown origin are considered to have been mined, produced, or manufactured outside the United States or a qualifying country. (2) The offeror certifies that the following end products are qualifying country end products: Line Item Number Country of Origin _____________ _____________ _____________ _____________ _____________ _____________ (3) The following end products are other foreign end products: Line Item Number Country of Origin (If known) _____________ _____________ _____________ _____________ _____________ _____________ (End of provision) AFFAR clause 5352.201-9101 Ombudsman (Aug, 2005) is applicable to this acquisition along with the following addenda: Center/MAJCOM ombudsmen: Michael R. Jackson, HQ AMC/A7K, 507 Symington Drive Scott AFB, IL 62225-5022 (618) 229-0267, Fax (618) 256-6668. Michael.jackson@scott.af.mil Point of Contact 2Lt Christina Chung Contract Specialist, Phone 302-677-3744, Fax 302-677-2309, Email christina.chung@dover.af.mil.
- Web Link
-
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=85b8e6a991e9639e3f9026fc46b308fc&tab=core&_cview=1)
- Place of Performance
- Address: Dover AFB, Delaware, 19902, United States
- Zip Code: 19902
- Zip Code: 19902
- Record
- SN01550662-W 20080411/080409220628-85b8e6a991e9639e3f9026fc46b308fc (fbodaily.com)
- Source
-
FedBizOpps Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |