SOLICITATION NOTICE
66 -- 55 kip hydraulic actuator
- Notice Date
- 12/5/2008
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 334519
— Other Measuring and Controlling Device Manufacturing
- Contracting Office
- Department of the Air Force, Direct Reporting Units, USAF Academy - 10 MSG/LGC, 8110 Industrial Drive, Suite 200, USAF Academy, Colorado, 80840-2315
- ZIP Code
- 80840-2315
- Solicitation Number
- FA7000-09-T-0015
- Response Due
- 12/15/2008
- Archive Date
- 12/30/2008
- Point of Contact
- Will Schlegel,, Phone: 719-333-2936
- E-Mail Address
-
will.schlegel@usafa.af.mil
- Small Business Set-Aside
- N/A
- Description
- This is a combined synopsis/solicitation for commercial items or services prepared in accordance with the format in FAR 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. This solicitation is issued as a Request for Quotation (RFQ), solicitation number FA7000-09-T-0015, in accordance with FAR Parts 12 & 13. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) FAC 2005-29 effective November 14, 2008. The North American Industrial Classification System (NAICS) number is 334519 and the business size standard is 500 employees. The proposed acquisition is BRAND NAME OR EQUAL SPECIFICATION for MTS Systems Corporation, 55 Kip Hydraulic Actuator. All responsible sources may submit a response, which if timely received, will be considered by 10MSG/LGCB. The Government does not intend to pay for any information provided under this synopsis. This Notice of Proposed Contract Action is the only solicitation submitted for this requirement. No formal solicitation will be issued prior to award. CLIN 0001 MTS System Corporation 55 Kip Hydraulic Actuator with swivel base assembly. Quantity 1 Each Unit cost______ Extended Cost_________ The following outlines the required salient characteristics: a. Linear hydraulic actuator Plus or minus 55 kip max capacity. Dynamically rated to plus or minus 55 kip. Fatigue rated to plus or minus 55 kip. 6 inch stroke. Double ended and double acting piston rod. Full stoke LVDT. Weighs not more than 700 lbs. High quality, non-metallic bearings for long life and resist bearing-to-rod galling failures. Rated to 3,000 psi. b. 15 gpm servo-valves Four port valve. Two stage, four way operation. Rated to 3,000 psi. c. Greater than 50 Hz operating capability. d. Swivel base assemblies to allow actuator to rotate under force. Swivel plus or minus 70 degrees. Tilt plus or minus 14 degrees. e. Load cells. Fatigue rated. Plus or minus 55 kip load cell f. Operational history of actuator and parts being used in high fatigued applications. Please submit your quote on company letterhead with all pertinent point of contact information including CCR Cage Code, DUNS No., Tax Id No., and size/type of small business. Evaluation will be based on price. For or equal submittals provide data that they comply with the salient items above. Data will be rated pass/fail. Failure to provide this data will cause the submittal to be unacceptable. In addition, your quote should provide unit price, total price, delivery date, and FOB Destination. No formal format is required as this is a combined synopsis/request for quote solicitation. If your company has a GSA contract, please provide the GSA Contract No. as well. Offeror must comply with all instructions contained in FAR 52.212-1, Instructions to Offerors--Commercial Items (Nov 2007), addenda applies FAR 52.212-1(c) to change the period for acceptance of offers from 30 days to 60 days. The provisions at 52.212-2, Evaluation--Commercial Items (Jan 1999), applies to this acquisition. Offers shall include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications--Commercial Items (Feb 2007), with its offer. The clause 52.212-4, Contract Terms and Conditions--Commercial Items (Feb 2007), applies to this acquisition. The clause at 52.212-5 (Dev), Contract Terms and Conditions Required To Implement Statutes or Executive Orders--Commercial Items (Sep 2008) applies to this acquisition, no addenda applies. In addition, the following FAR and DFAR clauses are hereby incorporated by reference: FAR 52.211-6 Brand Name or Equal (Aug 1999); FAR 52.222-3 Convict Labor (Jun 2003); FAR 52.222-19 Child Labor (Aug 2007); Far 52.222-21 Prohibition of Segregated Facilities (Feb 1999); FAR 52.222-26 Equal Opportunity (Mar 2007); FAR 52.222-35 Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and other Eligible Veterans (Sep 2006); FAR 52.222-36 Affirmative Action for Workers with Disabilities (Jun 1998); FAR 52.222-37 Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and other Eligible Veterans (Sep 2006); FAR 52.232-33 Payment by Electronic Funds Transfer-Central Contractor Registration (Oct 2003); FAR 52.233-3 Protest After Award (Aug 1996); FAR 52.233-4 Applicable Law for Breach of Contract Claim (Oct 2004); FAR 52.252-2 Clauses Incorporated By Reference (Feb 1998); FAR52.252-6 Authorized Deviations in Clauses (Apr 1984);DFARS 252.212-7001, Contract terms and conditions required to implement status of Executive Orders applicable to Defense Acquisitions of Commercial Items (Dec 2003); applies to this acquisition with the inclusion of the following: FAR 52.203-3 Gratuities (Apr 1984); DFARS 252.225-7000 Buy American Act-Balance of Payments Program Certificate (Jun 2005); DFARS 252.225-7001 Buy American Act and Balance of Payments Program (Jun 2005) and DFARS 252.232-7003 Electronic Submission of Payment Requests (Mar 2007). The full text of any provision can be accessed electronically at http://farsite.af.mil. Delivery Requirement: FOB for this RFQ is Destination. Quotations received with FOB other than Destination will not be considered. Delivery address: Transportation Officer 8110 Security Drive, Door 11/12/13 USAF Academy, CO 80840 Hours of Delivery: Delivery of items shall be accomplished between the hours of 7:30 A.M. and 3:30 P.M., Monday through Friday, except as otherwise specified. No deliveries are to be made on Saturdays, Sundays or Federal Legal holidays. Delivery will be required no later than 60 DAYS ARO. Offers must be received NLT Noon Mountain Time 15 Dec 2008, at 10 MSG/LGCB, Operational Contracting Office, 8110 Industrial Drive, Suite 200, USAF Academy, CO 80840-2315. Offers received after this date and time will be considered late in accordance with 52.212-1(f) and will not be evaluated. Quotes may be faxed to the attention of Will Schlegel, Contract Specialist, 719-333-9103/4747. Please contact Russell W. Jordan, Contracting Officer, 719-333-6224 in my absence. (End of Text)
- Web Link
-
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=dba2693ef9080b42e0178d024cd0233d&tab=core&_cview=1)
- Place of Performance
- Address: USAF Academy, Colorado, 80840, United States
- Zip Code: 80840
- Zip Code: 80840
- Record
- SN01714367-W 20081207/081205220329-dba2693ef9080b42e0178d024cd0233d (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 |