MODIFICATION
17 -- 4 EA HELICOPTER HANDLERS WITH CENTER DECK KITS
- Notice Date
- 9/8/2009
- Notice Type
- Modification/Amendment
- NAICS
- 336413
— Other Aircraft Parts and Auxiliary Equipment Manufacturing
- Contracting Office
- USPFO for Mississippi, 144 Military Drive, Jackson, MS 39208-8860
- ZIP Code
- 39208-8860
- Solicitation Number
- W9127Q-09-T-0039
- Response Due
- 9/14/2009
- Archive Date
- 11/13/2009
- Point of Contact
- Lisa Anguizola, 601-313-1663
- E-Mail Address
-
USPFO for Mississippi
(lisa.anguizola@us.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 solicitation number W9127Q-09-T-0039 is issued as a Request for Quotes. The solicitation and incorporated provisions and clauses are in effect through Federal Acquisition Circular 2005-36. This solicitation is 100% small business set aside and is restricted to small businesses only in accordance with FAR 19.502-2(b). NAICS is 336413. Small Business Standard is $23,500,000. CLIN 0001: HELICOPTER HANDLER, QTY 4 EA, Proposed item specifications must be provided with proposal. Also submit a proposed delivery date with your proposal. Place of delivery is: 1ST BN 185th AVN, 116 Lemons Drive, Tupelo, MS 38803-2305. Prices quoted must include all applicable delivery fees. SPECIFICATIONS -Helicopter handler must be capable of supporting helicopters of up to 9,500 pounds The helicopter handler shall consist of two identical rectangular frames -Each frame to be 6 feet wide by 16 feet long. -Total platform is to be 14 feet wide by 16 feet long when assembled. -Each frame perimeter to consist of 5.0 inch heavy duty 5.4 lb. per ft. steel channel. - Each interior support to consist of 2.0 inch heavy duty 2.57 lb. per ft. steel channel with 3 longitudinal beams supported by 4 horizontal pieces (perpendicular to the long axis of each frame) -Caster mounting plates to be inch steel plate with 2 plates at the front of the frame and 6 plates at the rear of each frame for a total of 8 plates on each frame -All metal surfaces will be finished using powder coating process with a high visibility yellow color -Each frame will have 2 each swivel casters on front, 6 each non-swivel on rear -Front casters to be dual wheel swivel caster, Hamilton S-8210-SU -Rear casters to be rigid (non-swivel), single wheel Hamilton R-8010-SU casters -NO SUBSTITUTION OF CASTERS PERMITTED -Tow bar shall be a minimum of 5.0 ft long rectangular tube 3 inch by 2 inch by 3/16 inch with a 10,000 lb. lunette ring at the towing end and diagonally braced at the frame end. The tow bar must articulate up and down -A one year warranty is required CLIN 0002: CENTER DECK KITS, QTY 4 EA, Proposed item specifications must be provided with proposal. Also submit a proposed delivery date with your proposal. Place of delivery is: 1ST BN 185th AVN, 116 Lemons Drive, Tupelo, MS 38803-2305. Prices quoted must include all applicable delivery fees. SPECIFICATIONS -Decking shall be No. 1 grade Southern Yellow Pine treated lumber, 2 inch by 10 inch boards placed perpendicular to the long access of each frame and must be easily removable for replacement of damaged wood SHIPPING Preferred delivery within 10 working days ARO -Each frame must be shipped fully assembled with the casters bolted to the frame and with wood decking installed. -Tow bar and connecting bars to be secured to decking for shipping -Shipper is responsible for correcting any transit damage The following FAR provisions apply: FAR 52-212-1, Instructions to Offerors (Oct 2001); FAR 52.212-2, Evaluation Commercial Items. Evaluation criteria will be based on Price, Technical, and Past Performance. Technical and Past Performance, when combined, are approximately equal to Price. FAR 52.212-3, Offeror Representations and Certifications Commercial Items (May 2001), FAR 52-212-4, Contract Terms and Conditions-Commercial Items; FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders, (May 2001); Full text of these provisions may be accessed on-line at http://www.arnet.gov or http://farsite.hill.af.mil. CCR is a mandatory requirement for all DoD Government contracts. You must be registered in order to be eligible for award of a contract. To register on line go to http://www.ccr.gov/. This announcement is the solicitation which will result in a firm fixed-price contract. Quotes are due no later than 4:00 P.M., September 14, 2009, to USPFO-MS, Attn: Lisa Anguizola, USPFO P & C, 144 Military Drive, Jackson, MS 39232-8860. Quotes can be emailed to lisa.anguizola@us.army.mil or faxed to (601) 313-1569. Technical questions regarding this requirement may be addressed to SSG Dawn Gable 662-891-9872.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/NGB/DAHA22/W9127Q-09-T-0039/listing.html)
- Place of Performance
- Address: 1ST BN 185TH AVN 116 LEMONS DRIVE TUPELO MS
- Zip Code: 38803-2305
- Zip Code: 38803-2305
- Record
- SN01945234-W 20090910/090909084204-fdb9f9bb9b98f68f24cc3441d1a4c86a (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 |