Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MAY 19, 2023 SAM #7843
MODIFICATION

17 -- C-130J NP-2000 Propeller Maintenance & Storage Stand

Notice Date
5/17/2023 11:36:43 AM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
336413 — Other Aircraft Parts and Auxiliary Equipment Manufacturing
 
Contracting Office
W7NK USPFO ACTIVITY MTANG 120 GREAT FALLS MT 59404-5570 USA
 
ZIP Code
59404-5570
 
Solicitation Number
W50S7L23Q0003
 
Response Due
6/1/2023 9:00:00 AM
 
Archive Date
06/16/2023
 
Point of Contact
Anthony F. Barille, Phone: 4067910246
 
E-Mail Address
anthony.barille@us.af.mil
(anthony.barille@us.af.mil)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
This is a combined synopsis/solicitation for commercial products or commercial services 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. Offerors shall be active in the System for Award Management (SAM) prior to the closing date of this synopsis/solicitation. (ii)�The solicitation number for the procurement is W50S7L23Q003 and is issued as a request for proposal (RFP). (iii)�A statement that the solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2032-02 Effective 3/16/2023. (iv) This procurement is a Total Small Business Set-Aside (FAR 19.5). NAICS code: 336413 with a size standard of�1,250 employees. (v)�The salient characteristics associated with this procurement are: The Montana Air National Guard, Great Falls, MT�is requesting small business companies to provide a NP-2000 propeller maintenance stand. This stand will be used for storage and for completing maintenance. Funding is currently available for this acquisition.� Maintenance Stand for Propellers This maintenance propeller stand will be utilized on C-130H�s or E-2 Hawkeye modified with the NP-2000 propeller system. The trailer would be universal to both airframes. This trailer/stand will be utilized for ground maintenance and storage of propellers. NP-2000 propeller (with spinner) has a total weight of 1,078lbs. Stand shall be designed in a way that allows for storage of none, one, or two propellers at any given time. Design shall ensure that the stand can be used for maintenance and moved without tipping. Footprint of stand/trailer shall be determined by designers that would account of the propeller weight. Stand Stand shall hold two props vertically on opposing sides with the rear of both props facing the middle work platform. Must be mobile by hand and with a tow bar with a Lunette ring. Tow bar must be either removable or stowable as to not present a trip hazard. Must have the ability to �lock� the entire stand into place to prevent uncontrolled/wanted movement. Rear of the Props must be easily accessible for maintenance actions. With a work platform big enough and rated for 3 people.� Personnel max approx. weight 750 LB.� 3000LB total capacity to include both propellers. Ability to rotate the prop 360 degrees and lock from spinning during maintenance. Engineered to be useable and mobile with only one prop mounted without balance issues or presenting a tipping hazard Railing to prevent a fall hazard and eliminate any need for fall arrest harnesses. Min 42 inches per OSHA. �Railing height kept to the shortest possible height. Prop mounting shaft rough dimensions. Cylindrical 11 inches long, 4 � inches in diameter. Retaining nut to secure the prop. Additional Items Propeller mount should be as far inboard as possible to allow for maintenance while maintaining enough blade clearance to adequately, safely and without impediment, rotate the propeller with the blades at any pitch.� Approximately 9ft 4in to the prop mounting shaft from ground level.� Mount should be high enough to allow for adequate clearance from the ground while not being overly lofty making access the front of the propeller while mounted difficult.�� Work platform will require access via a stairwell allowing maintenance personnel to access it while carrying tools/equipment. Quote shall include the cost of delivery and installation if necessary. The�manufacturer�shall�supply�all�manuals�such�as�operation�instructions,�parts�lists,�and�diagrams. Furthermore, the manufacturer shall supply any�other data�pertinent�to�the�operation�of�the�unit.� � Prospective proposals shall include a conceptual drawing of the maintenance stand that will be designed and assembled. This information will not be shared with anyone outside of this acquisition, unless required by law. Stand commercial warrant shall apply. CLIN 0001 - NP2000 Propeller Stand CLIN 0002 - Delivery to 2800 Airport Ave B, Great Falls, MT 59404 All proposals shall include the proposed delivery date The following provisions and clauses apply to this acquisition: FAR 52.212-1, Instructions to Offerors-Commercial Products and Commercial Services (NOV 2021) FAR 52.212-2, Evaluation-Commercial Products and Commercial Services (NOV 2021) 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. All evaluation factors shall approximately be equal to cost or price: i) Technical capability of the item offered to meet the Government requirement ii) Price III) Past Performance 52.204-24�Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment (Nov 2021) FAR 52.212-3 Alt 1, Offeror Representations and Certifications-Commercial Products and Commercial Services (Dec 2022) FAR 52.212-4, Contract Terms and Conditions-Commercial Products and Commercial Services (Dec 2022) FAR 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Products and Commercial Services FAR 52.219-1 Utilization of Small Business Concerns (DEVIATION 2023-O0002) (Mar 2023) FAR 52.222-50�Combating Trafficking in Persons (Nov 2021) FAR 52.232-39�Unenforceability of Unauthorized Obligations (Jun 2013) DFARS 252.203-7000 Requirements Relating to Compensation of Former DoD Officials (Sep 2011) DFARS 252.204-7000 Disclosure of Information (Oct 2016) DFARS 252.204-7008 Compliance with Safeguarding Covered Defense Information Controls (Oct 2016) DFARS 252.204-7012 Safeguarding Covered Defense Information and Cyber Incident Reporting (Jan 2023) DFARS 252.204-7016 Covered Defense Telecommunications Equipment or Services� Representation (Dec 2019) DFARS 252.204-7017 Prohibition on the Acquisition of Covered Defense Telecommunications Equipment or Services�Representation (May 2021) DFARS 252.204-7018 Prohibition on the Acquisition of Covered Defense Telecommunications Equipment or Services (Jan 2023) DFARS 252.225-7000��Buy American--Balance of Payments Program Certificate (Nov 2014) DFARS 252.225-7055 Representation Regarding Business Operations with the Maduro Regime (May 2022) DFARS 252.225-7056, Prohibition Regarding Business Operations with the Maduro Regime (Jan 2023) DFARS 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports (Dec 2018) DFARS 252.232-7006 Wide Area WorkFlow Payment Instructions (Jan 2023) (xv)�Request for Proposals are due 1 June 2023 by 10:00am MST to anthony.barille@us.af.mil (xvi)�Questions regarding this solicitation shall be emailed to MSgt Anthony Barille, no later than 12:00 PM MST 24 May 2023.� Questions and answers will be consolidated into a single Q&A document on a non-attribution basis and posted into the solicitation. (xvii) Please contract MSgt Anthony Barille with any questions relating to this requirement. Phone: 406-791-0246 Email: anthony.barille@us.af.mil
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/9bb095c407ef4665ae4da1a5c9ed0ce8/view)
 
Place of Performance
Address: Great Falls, MT 59404, USA
Zip Code: 59404
Country: USA
 
Record
SN06685042-F 20230519/230517230104 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM 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.