Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 02, 2008 FBO #2441
SOLICITATION NOTICE

17 -- Tactical/transportable Landing Pads and Aprons manufactured in the United States

Notice Date
7/31/2008
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
336413 — Other Aircraft Parts and Auxiliary Equipment Manufacturing
 
Contracting Office
Department of the Army, Army Contracting Agency, South Region, ACA, White Sands Missle Range, ACA, White Sands Missile Range, Directorate of Contracting, Bldg 143, 2nd Floor, Crozier Street, White Sands Missile Range, NM 88002-5201
 
ZIP Code
88002-5201
 
Solicitation Number
W9124Q-08-R-EPGLPA3
 
Response Due
8/6/2008
 
Archive Date
10/5/2008
 
Point of Contact
charlene.neal, 520-538-2399
 
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. The Electronic Proving Ground, Fort Huachuca, Arizona is soliciting proposals for the following requirement: Tactical/transportable Landing Pads and Apron as below: Item 1. Five (5) each helicopter launch/landing pads, portable, transportable, reusable, direct-on-soil system for military, commercial, or industrial use. The landing pads will be a minimum of 20 feet by 25 feet rectangular dimensions each.Requirements: 1.Size of each Landing Pad: 20 X 25 sq ft. 2. Quantity: 5(sums to 2500 sq ft). 3.Weight Loading:4 ton capacity. 4.Suitable for vertical take-off and landing aircraft. 5.Designed and tested for tactical, mobile, or portable concept and applications. 6.Must provide and be suitable for multiple cycles of transport, set-up, disassembly, and storage. 7.Designed as reusable, transportable material. 8. Does not require special tools for installation or de-installation. 9. Must be suitable for use on multiple ground surfaces. 10. Must be reconfigurable to adjust to testing requirements. 11. Non-skid surface. 12. Fire retardant materials. 13. Anti Static assemblage. 14.Chemical Resistant (Acid, Alkali, Solvent, Aviation Synthetic Fluid) assemblage. 15.Useable in ambient temperatures ranging from -60F to +140F. 16. Landing pads must be manufactured in the United States. Item 2. One each 20 X 20 Landing Pad. Requirements: 1. Size of Landing Pad: 20 X 20 sq ft Quantity: 2,(sums to 400 sq ft) 3. Weight Loading: 4 ton capacity 4. Designed and tested for tactical, mobile, or portable concept and applications. 5. Suitable for vertical take-off and landing aircraft. 6. Does not require special tools for installation or de-installation. 7. Must provide and be suitable for multiple cycles of transport, set-up, disassembly, and storage. 8. Designed as reusable, transportable mater ial. 9. Must be suitable for use on multiple ground surfaces. 10. Must be reconfigurable to adjust to testing requirements. 11. Non-skid surface. 12. Fire retardant materials. 13. Anti Static assemblage. 14. Chemical Resistant (Acid, Alkali, Solvent, Aviation Synthetic Fluid) assemblage. 15. Useable in ambient temperatures ranging from(-60F) to (+140F). 16. Delivery cost to Fort Huachuca Arizona must be included. 18. Landing pads must be manufactured in the United States. Item 3. Two (2) 15 x 75 foot roadway aprons. Requirements:1.Size of each apron: 15 feet wide x 75 feet long. 2. Quantity: Two. 3. Weight Loading: 4 ton capacity. 4. Suitable for vertical take-off and landing aircraft. 5. Designed and tested for tactical, mobile, or portable concept and applications. 6. Must provide and be suitable for multiple cycles of transport, set-up, disassembly, and storage. 7. Designed as reusable, transportable material. 8. Does not require special tools for installati on or de-installation. 9. Must be suitable for use on multiple ground surfaces. 10. Must be reconfigurable to adjust to testing requirements. 11. Non-skid surface. 12. Fire retardant materials. 13. Anti-Static assemblage. 14.Chemical Resistant (Acid, Alkali, Solvent, Aviation Synthetic Fluid) as semblage. 15. Useable in ambient temperatures ranging from (-60F) to (+140F). 16.Roadway aprons must be manufactured in the United States. FOB DESTINATION: Fort Huachuca, Arizona. Payment will be made by Defense Finance and Accounting under provisions of Wide Area Work Flow under Net 30 Terms. Offers are due no later than 12 noon, Mountain Standard Time, 6 August 2008. Offers shall be submitted electronically at:charlene.neal@us.army.mil. EVALUATION CRITERIA/ PROCEDURES: The offers will be evaluated based on the following best value criteria in descending order of importance: Meeting the requirement, Proposed Delivery Schedule, Past Performance, and Price. The result of the award will be posted in Fedbizopps(http://www.fbo.gov/) under Award Notices. Questions pertaining to the Award Notice must be submitted in writing. For additional information, contact Charlene Neal at (520) 538-2399 or charlene.neal@us.army.mil. The synopsis/solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-25, 22 April 2008. This is a full and open competition. The NAICS code is 336413. The solicitation is issued as a request for proposal (RFP) and will be awarded as a firm-fixed-price. All Electronic and Information Technology will be Section 508 of the Rehabilitation Act of 1973 compliant. The following FAR provision 52.212-1, Instruction to Offerors Commercial items, applies to the acquisition. FAR provision 52.212-2, Evaluation of Commercial Items, applies to the acquisition (See evaluation criteria above). Offerors shall include a completed copy of FAR provision 52.212-3, Offeror Representations and Certifications Commercial Items or ORCA, and furnish Offeror's Tax Identification Number, CAGE Code, Central Contractor Registration Number, DUNS Number, and applicable FSC Codes with its offer. FAR clauses 52.212-4, Contract Terms and Conditions Commercial Items and 52.212-5, Contract Terms and Conditions Required Implementing Statutes or Executive Orders Commercial Items apply to this acquisition. FAR clause 52.219-8, Utilization of Small Business Concerns apply. The government reserves the right to select for award, all, some, or none of the proposals received in response to this announcement.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=8c2d3e70d0db0abdca521f476a74f9bb&tab=core&_cview=1)
 
Place of Performance
Address: ACA, White Sands Missile Range Directorate of Contracting, Bldg 143, 2nd Floor, Crozier Street White Sands Missile Range NM
Zip Code: 88002-5201
 
Record
SN01628477-W 20080802/080731224802-8c2d3e70d0db0abdca521f476a74f9bb (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 |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.