Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF FEBRUARY 18, 2017 FBO #5566
MODIFICATION

16 -- SEAT PALLETS

Notice Date
2/16/2017
 
Notice Type
Modification/Amendment
 
NAICS
336413 — Other Aircraft Parts and Auxiliary Equipment Manufacturing
 
Contracting Office
Department of the Air Force, Air Force Materiel Command, HQ Air Force Test Center (AFTC) - Edwards, 5 S WOLFE AVE, Edwards AFB, California, 93524-1185, United States
 
ZIP Code
93524-1185
 
Solicitation Number
F1S0AF6364B001
 
Archive Date
3/17/2017
 
Point of Contact
ALESSANDRA BARZAGHI, Phone: 6612770987, Jacob Arola, Phone: 6612778777
 
E-Mail Address
ALESSANDRA.BARZAGHI@US.AF.MIL, jacob.arola@us.af.mil
(ALESSANDRA.BARZAGHI@US.AF.MIL, jacob.arola@us.af.mil)
 
Small Business Set-Aside
N/A
 
Description
Combined Synopsis/Solicitation - F1S0AF6364B001 This is a combined synopsis/solicitation for commercial products prepared IAW 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 an additional written solicitation will not be issued. This is a Request for Quotation (RFQ). All responsible sources may submit a firm-fixed price (FFP) quote which shall be considered by the agency. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Regulation (FAR) and Supplements, Federal Acquisition Circular (FAC) 2005-95, AFAC 2017-0127 and DFARs Change Notice (DPN) 20161222. NAICS is 336413. This is a commercial acquisition, with no Small Business Set-Aside. The Air Force Test Center (AFTC) located at Edwards Air Force Base, CA is soliciting for four (4) 463L pallets equipped with seat track rails with pallet restraint system compatible with military cargo systems that would secure a HCU-6/E pallet. The seat track configuration is designed for 12 seats with the long 108 inch pallet dimension parallel to the aircraft forward/aft direction. Performance Requirements: The Contractor shall provide products with the following requirements: Four cargo pallets modified with passenger-seat mounting tracks meeting airworthiness standards for a C-17 aircraft are needed to meet immediate mission requirements. •a. Pallets must meet the USAF air-worthiness certification requirements per MIL-HDBK-516C. Contractor shall verify by analysis and test verification. Contractor must show a minimum past performance of at least 3 years heritage on board the C-17 air frame. •b. Pallets will not come with seats, should meet the weight, CG location, and crash load factor requirements, for a 12 passenger seat pallet. Seat mounts must be oriented such that the forward/aft direction will be parallel to the long, 108 inch, dimension of the pallet. •c. Data requirements include a United States Air Force Airworthiness Approval letter referencing the pallet configuration for seats or other equipment secured to the seat track rails and a stress report showing positive margins of safety, the distribution of applied loading, center of gravity height and reactions at the seat track rails. •d. Alternately an interaction curve between the combined ultimate shear and tension loadings at a seat track anchor point valid for the entire length of the rail will be acceptable. The curve would be valid for use with an ANCRA threaded double stud such as part number 40191-10 or flush threaded base such as part number 42182-10. •e. The reactions at the seat track rails are required to confirm the locally designed equipment installed on the pallet will maintain a positive margin of safety <ins datetime="2017-02-09T14:08" cite="mailto:AROLA,%20JACOB%20C%20NH-03%20USAF%20AFMC%20AFTC/PZIEA">. •f. Pallets must be equipped with "anti-rattle" clamping devices to minimize pallet movement with a minimum slip force of 200 lbs. Please reference the attached Statement of Work (SOW) for a full description of the requirements and product data. Place of delivery and acceptance shall be at Air Force Test Center, 307 East Popson, Bldg. 1400, Edwards Air Force Base, CA 93524. Requested delivery shall be 130 days after receipt of Order (DARO). Interested parties who believe they can meet all the requirements for the services described in this synopsis are invited to submit in writing a complete quote. Offerors are required to submit with their quote enough information for the Government to evaluate the minimum requirements detailed in this synopsis/solicitation. The government will be evaluating quotes IAW FAR 52.212-2 -- Evaluation -- Commercial Items (Oct 2014). 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: •i. Price •ii. Technical capability of the offer to meet the Government requirement Only the Lowest Priced, Technically Acceptable (LPTA) offeror will be awarded. The following provisions and clauses apply: Source Provision (P) Clause (C) Clause/ Provision Title Date FAR C 52.202-1 Definitions Nov 2013 FAR C 52.203-3 Gratuities Apr 1984 FAR C 52.203-6 Restrictions on Subcontractor Sales to the Government with Alternate I Oct 1995 FAR C 52.203-12 Limitation on Payments to Influence Certain Federal Transactions Oct 2010 FAR P 52.203-18 Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements or Statements -Representation Jan 2017 FAR C 52.203-19 Prohibition on Requiring Certain Internal Confidentiality Agreements or Statements Jan 2017 FAR C 52.204-4 Printed or Copied Double-Sided on Recycled Paper May 2011 FAR P 52.204-7 System for Award Management Oct 2016 FAR C 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards Oct 2016 FAR P 52.204-16 Commercial and Government Entity Code Reporting Jul 2016 FAR C 52.204-18 Commercial and Government Entity Code Maintenance Jul 2016 FAR C 52.204-19 Incorporation by Reference of Representations and Certifications Dec 2014 FAR P 52.204-20 Predecessor of Offeror Jul 2016 FAR C 52.204-21 Basic Safeguarding of Covered Contractor Information Systems Jun 2016 FAR C 52.209-6 Protecting the Governments Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment Oct 2015 FAR C 52.209-10 Prohibition on Contracting With Inverted Domestic Corporations Nov 2015 FAR P 52.209-11 Representation by Corporations Regarding Delinquent Tax Liability or a Felony Conviction under any Federal Law Feb 2016 FAR P 52.212-1 Instructions to Offerors -- Commercial Items Jan 2017 FAR P 52.212-2 Evaluation -- Commercial Items Oct 2014 FAR P 52.212-3 Offeror Representations and Certifications -- Commercial Items Jan 2017 FAR C 52.212-4 Contract Terms and Conditions -- Commercial Items Jan 2017 FAR C 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders -- Commercial Items Jan 2017 FAR C 52.219-8 Utilization of Small Business Concerns Oct 2015 FAR C 52.219-28 Post-Award Small Business Program Rerepresentation Jul 2013 FAR C 52.222-3 Convict Labor Jun 2003 FAR C 52.222-19 Child Labor-Cooperation with Authorities and Remedies Oct 2016 FAR C 52.222-21 Prohibition of Segregated Facilities Apr 2015 FAR C 52.222-26 Equal Opportunity Sep 2016 FAR C 52.222-35 Equal Opportunity for Veterans Oct 2015 FAR C 52.222-36 Equal Opportunity for Workers With Disabilities Jul 2014 FAR C 52.222-37 Employment Reports on Veterans Feb 2016 FAR C 52.222-40 Notification of Employee Rights under the National Labor Relations Act Dec 2010 FAR C 52.222-50 Combating Trafficking in Persons Mar 2015 FAR C 52.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving Aug 2011 FAR P 52.223-22 Public Disclosure of Greenhouse Gas Emissions and Reduction Goals - Representation Dec 2016 FAR P 52.225-25 Prohibition on Contracting with Entities Engaging in Certain Activities or Transactions Relating to Iran-Representation and Certifications Oct 2015 FAR C 52.232-17 Interest May 2014 FAR C 52.232-23 Assignment of Claims May 2014 FAR C 52.232-33 Payment by Electronic Funds Transfer-- System for Award Management Jul 2013 FAR C 52.233-1 Disputes May 2014 FAR P 52.233-2 Service of Protest Sep 2006 FAR C 52.233-3 Protest after Award Aug 1996 FAR C 52.233-4 Applicable Law for Breach of Contract Claim Oct 2004 FAR C 52.242-13 Bankruptcy Jul 1995 FAR P 52.252-1 Solicitation Provisions Incorporated by Reference Feb 1998 This solicitation incorporates one or more solicitation provisions by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. The offeror is cautioned that the listed provisions may include blocks that must be completed by the offeror and submitted with its quotation or offer. In lieu of submitting the full text of those provisions, the offeror may identify the provision by paragraph identifier and provide the appropriate information with its quotation or offer. Also, the full text of a solicitation provision may be accessed electronically at this/these address(es): http://farsite.hill.af.mil/ FAR C 52.252-2 Clauses Incorporated by Reference Feb 1998 This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at this/these address(es): http://farsite.hill.af.mil/ DFARS C 252.203-7000 Requirements Relating to Compensation of Former DoD Officials Sep 2011 DFARS C 252.203-7002 Requirement to Inform Employees of Whistleblower Rights Sep 2013 DFARS P 252.203-7005 Representation Relating to Compensation of Former DoD Officials Nov 2011 DFARS C 252.204-7003 Control of Government Personnel Work Product Apr 1992 DFARS P 252.204-7004 Alternate A, System for Award Management Feb 2014 DFARS C 252.204-7006 Billing Instructions Oct 2015 DFARS P 252.204-7008 Compliance with Safeguarding Covered Defense Information Controls Oct 2016 DFARS P 252.204-7011 Alternative Line Item Structure Sep 2011 DFARS C 252.204-7012 Safeguarding Covered Defense Information and Cyber incident Reporting Oct 2016 DFARS C 252.204-7015 Notice of Authorized Disclosure of Information for Litigation Support May 2016 DFARS C 252.209-7004 Subcontracting with Firms that are Owned or Controlled by the Government of a Country that is a State sponsor of Terrorism Oct 2015 DFARS C 252.211-7003 Item Unique Identification and Valuation Mar 2016 DFARS C 252.223-7008 Prohibition of Hexavalent Chromium Jun 2013 DFARS P 252.225-7000 Buy American--Balance of Payments Program Certificate Nov 2014 DFARS C 252.225-7001 Buy American and Balance of Payments Program Dec 2016 DFARS C 252.225-7012 Preference for Certain Domestic Commodities Dec 2016 DFARS C 252.225-7048 Export-Controlled Items Dec 2016 DFARS C 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports Jun 2012 DFARS C 252.232-7006 Wide Area WorkFlow Payment Instructions May 2013 DFARS C 252.232-7010 Levies on Contract Payments Dec 2006 DFARS C 252.243-7002 Request for Equitable Adjustment Dec 2012 DFARS C 252.244-7000 Subcontracts for Commercial Items Jun 2013 DFARS C 252.247-7023 Transportation of Supplies by Sea Apr 2014 AFFARS C 5352.223-9000 Elimination of Use of Class I Ozone Depleting Substances (ODS) Nov 2012 AFFARS C 5352.201-9101 Ombudsman Jun 2016 Offers are due at the Air Force Test Center, Directorate of Contracting, 5 South Wolfe Avenue, Building 2800, Edwards AFB, CA, 93524, no later than March 2, 2017 at 4:00 pm PST. All offers are to be sent via email to: alessandra.barzaghi@us.af.mil. Phone: 661-277-0987, Fax: 661-277-0470. **DUE TO POTENTIAL TECHNICAL DIFFICULTIES WTIH A RECURRING FBO ISSUE, PLEASE CONTACT POC BELOW TO RECEIVE STATEMENT OF WORK (SOW): ALESSANDRA BARZAGHI ALESSANDRA.BARZAGHI@US.AF.MIL (661) 277-0987 -OR- JAMES HELMICK JAMES.HELMICK.2@US.AF.MIL (661) 277-8317
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/AFFTC/F1S0AF6364B001/listing.html)
 
Place of Performance
Address: Air Force Test Center, 307 East Popson, Bldg. 1400, EDWARDS AIR FORCE BASE, California, 93524, United States
Zip Code: 93524
 
Record
SN04406195-W 20170218/170216235456-043134a62f1a420d290f7c858d82990e (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  © 1994-2020, Loren Data Corp.