Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF NOVEMBER 11, 2016 FBO #5467
SOLICITATION NOTICE

17 -- Towable Aircraft Passenger Stairs

Notice Date
11/9/2016
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
333924 — Industrial Truck, Tractor, Trailer, and Stacker Machinery Manufacturing
 
Contracting Office
Department of the Army, National Guard Bureau, USPFO for Oregon, Attn: USPFO-P, PO Box 14840, Salem, Oregon, 97309-5008
 
ZIP Code
97309-5008
 
Solicitation Number
W912JV-17-T-7001
 
Archive Date
12/25/2016
 
Point of Contact
Joel Sire, Phone: 541-885-6181, Matthew Marshall, Phone: 541-885-6181
 
E-Mail Address
joel.a.sire.mil@mail.mil, matthew.m.marshall6.mil@mail.mil
(joel.a.sire.mil@mail.mil, matthew.m.marshall6.mil@mail.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 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: W912JV-17-T-7001 is being issued as a Request for Quotation (RFQ). All solicitation documents and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-89. This procurement is a 100% Small Business set-aside IAW FAR 19.502-2 (a). The NAICS code is 333924 and the small business size standard is 750 EMP. The following commercial items are requested: FUNDS ARE NOT PRESENTLY AVAILABLE FOR THIS REQUIREMENT. HOWEVER, A REQUEST FOR FUNDING IS INCLUDED IN THE FY17 END OF YEAR SPEND PLAN. AWARD IS CONTINGENT UPON FUNDS BECOMING AVAILABLE ON OR BEFORE SEPTEMBER 30, 2017. ALL QUOTES NEED TO BE VALID UNTIL SEPTEMBER 30, 2017. CLIN 0001 - Quantity 1 - Each - Towable Aircraft Passenger Stairs • Minimum essential requirements: • Variable Operation Height: 134" - 223"H • Minimum Platform capacity: 1000 lbs. • Minimum Full stairway capacity: 3500 lbs. • Stabilizer jacks • Non-marking soft rubber bumpers • Tow bar with 3" diameter eye (lunette) • Sliding handrails to clear aircraft door • Adjustable platform height using hand pump • Battery-Powered LED lighting system with adjustable timer • Onboard battery charger and battery level indicator, "Group 24" deep cycle battery • Modesty panels on all steps and platform handrails • Compatible with various wide and narrow body aircraft; A300, A320, A321, A310, A330, A340, B747, B757, B767, B777, MD11, MD10, and L1011 • Gray Paint Color 26173 FEDSTD- 595 • Shipping to Kingsley Field, Oregon 97603 Including packaging and delivery All items must be delivered to customer NLT 45 days ADC. ***ALL SHIPPING COST MUST BE INCLUDED IN EACH LINE ITEM PRICE WITH FINAL QUOTE. SEE ADDRESS BELOW. *** The shipping address is as follows: 173d MXS/MXMG 332 Vandenberg Drive Kingsley Field, Oregon 97603 The following provisions and clauses apply to this acquisition: FAR 52.212-1 -- Instructions to Offerors -- Commercial Items. FAR 52.212-2 -- Evaluation -- Commercial Items. FAR 52.212-3 -- Offeror Representations and Certifications -- Commercial Items. 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 -- Commercial Items. FAR 52.204-16 --Commercial and Government Entity Code Reporting. FAR 52.204-18 Commercial and Government Entity Code Maintenance. FAR 52.209-10 - Prohibition on Contracting With Inverted Domestic Corporations. FAR 52.219-6 -- Notice of Total Small Business Set-Aside. FAR 52.222-3 -- Convict Labor. FAR 52.222-19 -- Child Labor-Cooperation with Authorities and Remedies. FAR 52.222-21 -- Prohibition of Segregated Facilities. FAR 52.222-26 -- Equal Opportunity. FAR 52.222-36 - Equal Opportunity for Workers With Disabilities. FAR 52.223-18 - Encouraging Contractor Policies to Ban Text Messaging While Driving. FAR 52.225-13 -- Restrictions on Certain Foreign Purchases. FAR 52.232-33 -- Payment by Electronic Funds Transfer-- System for Award Management. FAR 52.232-40 - Providing Accelerated Payments to Small Business Subcontractors. FAR 52.233-3 -- Protest After Award. FAR 52.233-4 -- Applicable Law for Breach of Contract Claim. FAR 52.252-2 -- Clauses Incorporated by Reference. DFARS 252.203-7000 Requirements Relating to Compensation of Former DoD Officials. DFARS 252.203-7002 Requirement to Inform Employees of Whistleblower Rights. DFARS 252.203-7005 Representation Relating to Compensation of Former DoD Officials. DFARS 252.204-7008 Compliance with Safeguarding Covered Defense Information Controls. DFARS 252.204-7011 Alternative Line Item Structure. DFARS 252.204-7012 Safeguarding Covered Defense Information and Cyber Incident Reporting. DFARS 252.204-7015 Notice of Authorized Disclosure of Information for Litigation Support. DFARS 252.211-7003 Item Unique Identification and Valuation. DFARS 252.211-7008 Use of Government-Assigned Serial Numbers. DFARS 252.225-7000 Buy American--Balance of Payments Program Certificate. DFARS 252.225-7031 Secondary Arab Boycott of Israel. DFARS 252.225-7035 Buy American--Free Trade Agreements--Balance of Payments-Alternate I DFARS 252.225-7048 Export-Controlled Items. DFARS 252.232-7006 Wide Area WorkFlow Payment Instructions. DFARS 252.232-7010 Levies on Contract Payments. DFARS 252.244-7000 Subcontracts for Commercial Items. DFARS 252.247-7023 Transportation of Supplies by Sea. Submit the price quote information via email to SrA Joel Sire at joel.a.sire.mil@mail.mil and to MSgt Matthew Marshall at email: matthew.m.marshall6.mil@mail.mil. Responses to this RFQ must be received via e-mail not later than 12:00 PM Pacific Standard time on Saturday 10 December 2016. Oral Quotes will not be accepted. Collect calls will not be accepted. All proposals must be directly submitted by the firm that is intended to be the successful awardee. Proposal submitted by another firm on behalf of a company with the intention of being award "care of" will not be accepted. Award will be based on lowest price technically acceptable.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/NGB/DAHA35/W912JV-17-T-7001/listing.html)
 
Place of Performance
Address: Kingsley Field, Klamath Falls, Oregon, 97603, United States
Zip Code: 97603
 
Record
SN04324318-W 20161111/161109234202-19284ab7a65081b8dab43bb8313ed5d6 (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.