Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 18, 2009 FBO #2855
SOLICITATION NOTICE

49 -- F-22 Tail Stand no. 2

Notice Date
9/16/2009
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
332999 — All Other Miscellaneous Fabricated Metal Product Manufacturing
 
Contracting Office
Department of the Air Force, Air Combat Command, 49 CONS, 490 First Street, Suite 2160, Building 29, Holloman AFB, New Mexico, 88330-7908, United States
 
ZIP Code
88330-7908
 
Solicitation Number
F2E2M59224A002
 
Archive Date
10/9/2009
 
Point of Contact
Stephen L Ellison, Phone: 575-572-5379, Laura J. Buehler, Phone: 575-572-7827
 
E-Mail Address
stephen.ellison@holloman.af.mil, laura.buehler@holloman.af.mil
(stephen.ellison@holloman.af.mil, laura.buehler@holloman.af.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation for commercial items 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; proposals are being requested and a written solicitation will not be issued. The solicitation number for this procurement is F2E2M59224A002 and is issued as a Request for Quote (RFQ). The anticipated award will be a Firm Fixed Price Contract. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC 05-36. The award is set aside 100% for a small business. The associated North American Industry classification system (NAICS) code is 332999, the small business (SB) standard for this code being 500 employees. PROJECT DESCRIPTION: 1. Safety testing and certification, to include fall prevention, will be accomplished by 49 Fighter Wing Safety Office to standards published by HQ Air Force and HQ Air Combat Command. 2. Submissions for consideration must include the following: (a). Drawings or photos of existing stands that demonstrate how the offeror's proposed stand meets the requirements and performance characteristics below. (b). Itemized description as to how each item of the requirements and performance characteristics is met by the design of the offeror's proposed tail maintenance stand. (c). Certification that the required delivery date can be met or statement of proposed delivery date. CLIN 0001: Contractor shall provide a tail maintenance stand suitable for use on the F-22 Raptor. Minimum performance standards and salient characteristics are as follows: 1. Stand must provide access to inboard and outboard sides of the F22's vertical flight control surfaces and all of the leading and trailing edges of vertical tail assemblies. 2. Stand must be universal so as to fit either left or right vertical tail assembly. 3. Stand must approach aircraft from rear so as to minimize the possibility of contact with other parts of the tail assemblies, wings, or fuselage. 4. Stand must be easily and safely positioned on an aircraft or moved on a hangar floor by four (4) to six (6) people, and have an organic tow bar for use if it needs to be moved to distant location. Tow bar may be fixed or stowable. 5. Casters/wheels must have locking swivels and wheel brakes. 6. Stand must have at least four (4) levelling/stabilizer jacks to insure the stand will not move while in place around an aircraft, even on uneven flooring. 7. Stand must be modular so it can be disassembled and airloaded in case of deployment. When disassembled, all stand assemblies must fit into C-130 aircraft as a single load. 8. Work deck height must be power adjustable from 108" to 140"so work can be conducted at all levels of the vertical tail assembly. A pneumatic height adjustment system incorporating safety pins or locks is preferred, as failure of hydraulic system hoses or tubing could contaminate aircraft surfaces or pose a fire hazard if an electric motor is used to power the hydraulic pump. Lift and pin systems of adjusting height of work decks are not acceptable. 9. Lift mechanism must have a manual backup, so if power source is lost or not available the decks can still be raised or lowered as needed. 10. Work decks and stair treads must be made of perforated metal for non -slip footing. 11. Painted surfaces must be fluid resistant. If stand is not painted, bare metal must not be susceptible to corrosion or persistent contamination by fluids normally associated with the F-22. 12. Work deck(s) must be rated at least 1500 pound capacity to permit multiple workers, tools, and repair parts. 13. The work deck(s) must be able to accommodate the outward slant of the F-22 vertical tail assemblies without leaving a gap between either the outboard or inboard vertical tail and work deck(s). Any gap-filler sections of the work deck must have locking mechanisms to insure they will not move when workers are standing on them. 14. Any gap-filler sections protruding from the main work deck(s) must be padded at any point they may come in contact with the aircraft. 15. Outside perimeter of deck(s) must have guard rails at least 42 inches high. 16. The perimeter of the work deck(s) must have a solid metal toe kick with an 18 inch high metal screen attached to it to insure items, tools, parts etc. cannot be kicked overboard. 17. Any part of the stand that might come in contact with any part of an aircraft must be padded or protected so it cannot damage the aircraft. 18. Stand must be plumbed for air and electrical power to reduce risks from long lengths of dangling hoses or electrical cords. 19. Stand must have static and transient electrical grounding capability. CLIN 0002: Contractor shall provide initial stand assembly and training in stand operation and maintenance at Holloman AFB to five (5) personnel. Note 1: FAR 52.232-18 -- Availability of Funds (Apr 1984), applies to this acquisition. Funds are not presently available for this contract. The Government's obligation under this contract is contingent upon the availability of appropriated funds from which payment for contract purposes can be made. No legal liability on the part of the Government for any payment may arise until funds are made available to the Contracting Officer for this contract and until the Contractor receives notice of such availability, to be confirmed in writing by the Contracting Officer. (End of Clause) Note 2: FAR 51.212-2 - Evaluation - Commercial Items applies to this acquisition (a) The Government will award a contract resulting from this solicitation 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: (see ADDENDUM, below) (b) Options. The Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. The Government may determine that an offer is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the option(s). (c) A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer's specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. ADDENDUM TO 52.212-2 - EVALUATION FAR provision 52.212-2 is hereby tailored as follows: Para. (a) - the following is added to this paragraph: The basis for award will be an integrated assessment based on a tradeoff between price and technical acceptability. The Government will award the contract to the offeror who represents the best value in terms of lowest price and technical acceptability. (End of Provision) Offers are due no later than 1200 MDST, 24 September 2009, and must be sent to the Point of Contact (POC). The POC for this solicitation is Stephen Ellison, 575-572-5397, FAX: 575-572-7333, e-mail stephen.ellison@holloman.af.mil. Contracting Officer: Laura Buehler, 575-572-7827. The following FAR provisions apply to this solicitation: FAR 52.212-1, Instructions to Offerors, Commercial Items, to include the following addendum: Quotation submitted shall contain the following information: Solicitation Number; Time specified for receipt of offers; Name, Address, and Telephone Number of Offeror; Terms of the expressed warranty; Price; Any discount terms and acknowledgement of all solicitation amendments. Quote prices must indicate quantity of material or parts, unit price, and extended amount. Offerors who fail to furnish the required information, or reject the terms and conditions of this solicitation may be excluded from consideration; FAR 52.212-3, Offerors Representations and Certifications/Commercial Items (Mar 2005), or a statement that this has been completed in ORCA) are to be completed and submitted with the offer; FAR 52.212-4 contract Terms and Conditions/Commercial Items (SEP 2005), to include the following addendum: Facsimile and e-mail offers will be accepted.; FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders/Commercial Items, specifically citing the following provisions; 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.222-41, 52.222-42, 52.225-13, 52.232-33,; FAR 52.252-1 Solicitation Provisions Included by Reference (FEB 1998); FAR 52.204-7, Central Contractor Registration (amended by DFARS 252.204-7004, Central contractor Registration Alternate A (NOV 2003)); DFAR 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items (FEB 2006); DFARS 252.225-7001 Buy American act and Balance of Payments Program (JUN 2005)(41 U.S.C. 10a-10d, E.O. 10582); DFARS 252.232-7003 Electronic Submission of Payment Requests (JAN 2004)(10 U.S.C.); Holloman AFB Special Instructions HAFB 006 - Access to Holloman AFB, 007 - New Mexico Gross Receipts Tax. IMPORTANT NOTICES: 1) RFQ submission must be in accordance with solicitation; 2) Offerors must be registered in the Central Contractor Registry to be eligible for award (Ref. DFARS 252.204-7004, Required Central Contractor Registration); 3) All amendments, if applicable, must be acknowledged; 4) Questions concerning this notice should be submitted to the POC indicated in this announcement.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/ACC/49CONS/F2E2M59224A002/listing.html)
 
Place of Performance
Address: 49 Maintenance Group, Holloman AFB, New Mexico, 88330, United States
Zip Code: 88330
 
Record
SN01957121-W 20090918/090917000416-24330cb957732e963a430fa33ff4053e (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.