Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MARCH 09, 2024 SAM #8138
SOLICITATION NOTICE

17 -- NP-2000 Aircraft Propeller Stand

Notice Date
3/7/2024 7:40:43 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
W50S7L-24-Q-0001
 
Response Due
3/18/2024 9:00:00 AM
 
Archive Date
04/02/2024
 
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
Amendment 1 7 March 2024 The purpose of this amendment is to update the transportation terms for this RFQ. Request For Quote (RFQ) Statement of Work (SOW) for Montana Air National Guard (MTANG) Propeller Stand 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; quotes are being requested and a written�solicitation�will not be issued. (ii)�The solicitation number for the procurement is W50S7L-24-Q-0001 and is issued as a request for quote (RFQ). (iii)�A statement that the solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2024-03 Effective 2/23/2024. (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 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 Characteristics 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. Transportation Quotes shall�provide shipping on the basis of either f.o.b origin and f.o.b. destination and that they will be evaluated on the basis of the lowest overall cost to the Government. Regardless of shipping method, the offeror is responsible for all necessary freight/shipping charges. Quote shall include the cost of 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 QUOTES 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 warranty shall apply. Basis for Award: The Government intends to award a firm-fixed price contract to the company that can provide the requested item that represents the best value to the government when evaluating Price and Past Performance The following provisions and clauses apply to this acquisition Incorporated by Reference: FAR 52.212-1, Instructions to Offerors-Commercial Products and Commercial Services (NOV 2021) FAR 52.212-3, Offeror Representations and Certifications - Commercial Products and Commercial Services (DEVIATION 2023-O0002) FAR 52.212-3 Alt 1, Offeror Representations and Certifications FAR 52.212-4, Contract Terms and Conditions-Commercial Products and Commercial Services FAR 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Products and Commercial Services FAR �52.204-7,�System for Award Management FAR 52.204-13,�System for Award Management�Maintenance FAR 52.204-16, Commercial and Government Entity Code Reporting FAR 52.204-18, Commercial and Government Entity Code Maintenance FAR 52.204-21, Basic Safeguarding of Covered Contractor Information Systems FAR 52.204-24, Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment FAR 52.204-27, Prohibition on a ByteDance Covered Application FAR 52.204-29, Federal Acquisition Supply Chain Security Act Orders- Representation and Disclosures FAR 52.204-30, Federal Acquisition Supply Chain Security Act Orders- Prohibition FAR 52.204-30 Alt 1, Federal Acquisition Supply Chain Security Act Orders- Prohibition FAR 52.207-4, Economic Purchase Quantity-Supplies FAR 52.207-6,�Solicitation�of�Offers�from Small Business Concerns and�Small Business Teaming Arrangements�or Joint Ventures (Multiple-Award Contracts) FAR 52.222-56, Certification Regarding Trafficking in Persons Compliance Plan FAR 52.219-1, Small Business Program Representations (DEVIATION 2023-O0002) FAR 52.232-39,�Unenforceability of Unauthorized Obligations DFARS clause 252.203-7002, Requirement to Inform Employees of Whistleblower Rights DFARS 252.204-7003, Control of Government Personnel Work Product DFARS 252.204-7008, Compliance with Safeguarding Covered Defense Information Controls DFARS 252.204-7012, Safeguarding of Unclassified Controlled Technical Information DFARS 252.204-7016 - Covered Defense Telecommunications Equipment or Services�Representation DFARS 252.204-7017 - Prohibition on the Acquisition of Covered Defense Telecommunications Equipment or Services�Representation DFARS 252.204-7018 - Prohibition on the Acquisition of Covered Defense Telecommunications Equipment or Services, in the solicitation DFARS Provision 252.204-7024, Notice on the Use of the Supplier Performance Risk System included in the solicitation DFARS 252.225-7001, Buy American and Balance of Payments Program-Basic DFARS 252.225-7055, Representation Regarding Business Operations with the Maduro Regime, DFARS 252.225-7056, Prohibition Regarding Business Operations with the Maduro Regime DFARS 252.225-7059, Prohibition on Certain Procurements from the Xinjiang Uyghur Autonomous Region�Representation DFARS 252.225-7060,� Prohibition on Certain Procurements from the Xinjiang Uyghur Autonomous Region DFARS 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports DFARS 252.239-7098, Prohibition on Contracting to Maintain or Establish a Computer Network Unless Such Network is Designed to Block Access to Certain Websites�Representation (DEVIATION 2021-O0003) (APRIL 2021) The following provisions and clauses apply to this acquisition Incorporated by Full-Text: FAR 52.219-14 LIMITATIONS ON SUBCONTRACTING (FEB 2023) (DEVIATION 2021-O0008) (a) This clause does not apply to the unrestricted portion of a partial set-aside. (b) Definition. Similarly situated entity, as used in this clause, means a first-tier subcontractor, including an independent contractor, that� (1) Has the same small business program status as that which qualified the prime contractor for the award (e.g., for a small business set-aside contract, any small business concern, without regard to its socioeconomic status); and (2) Is considered small for the size standard under the North American Industry Classification System (NAICS) code the prime contractor assigned to the subcontract. (c) Applicability. This clause applies only to� (1) Contracts that have been set aside for any of the small business concerns identified in 19.000(a)(3); (2) Part or parts of a multiple-award contract that have been set aside for any of the small business concerns identified in 19.000(a)(3); (3) Contracts that have been awarded on a sole-source basis in accordance with subparts 19.8, 19.13, 19.14, and 19.15; (4) Orders expected to exceed the simplified acquisition threshold and that are� (i) Set aside for small business concerns under multiple-award contracts, as described in 8.405-5 and 16.505(b)(2)(i)(F); or (ii) Issued directly to small business concerns under multiple-award contracts as described in 19.504(c)(1)(ii); (5) Orders, regardless of dollar value, that are� (i) Set aside in accordance with subparts 19.8, 19.13, 19.14, or 19.15 under multiple-award contracts, as described in 8.405-5 and 16.505(b)(2)(i)(F); or (ii) Issued directly to concerns that qualify for the programs described in subparts 19.8, 19.13, 19.14, or 19.15 under multiple-award contracts, as described in 19.504(c)(1)(ii); and (6) Contracts using the HUBZone price evaluation preference to award to a HUBZone small business concern unless the concern waived the evaluation preference. (d) Independent contractors. An independent contractor shall be considered a subcontractor. (e) Limitations on subcontracting. By submission of an offer and execution of a contract, the Contractor agrees that in performance of a contract assigned a North American Industry Classification System (NAICS) code for� (1) Services (except construction), it will not pay more than 50 percent of the amount paid by the Government for contract performance, excluding certain other direct costs and certain work performed outside the United States (see paragraph (e)(1)(i)), to subcontractors that are not similarly situated entities. Any work that a similarly situated entity further subcontracts will count towards the prime contractor�s 50 percent subcontract amount that cannot be exceeded. When a contract includes both services and supplies, the 50 percent limitation shall apply only to the service portion of the contract. The following services may be excluded from the 50 percent limitation: (i) Other direct costs, to the extent they are not the principal purpose of the acquisition and small business concerns do not provide the service. Examples include airline travel, work performed by a transportation or disposal entity under a contract assigned the environmental remediation NAICS code 562910), cloud computing services, or mass media purchases. (ii) Work performed outside the United States on awards made pursuant to the Foreign Assistance Act of 1961, or work performed outside the United States required to be performed by a local contractor. (2) Supplies (other than procurement from a nonmanufacturer of such supplies), it will not pay more than 50 percent of the amount paid by the Government for contract performance, excluding the cost of materials, to subcontractors that are not similarly situated entities. Any work that a similarly situated entity further subcontracts will count towards the prime contractor�s 50 percent subcontract amount that cannot be exceeded. When a contract includes both supplies and services, the 50 percent limitation shall apply only to the supply portion of the contract; (3) General construction, it will not pay more than 85 percent of the amount paid by the Government for contract performance, excluding the cost of materials, to subcontractors that are not similarly situated entities. Any work that a similarly situated entity further subcontracts will count towards the prime contractor�s 85 percent subcontract amount that cannot be exceeded; or (4) Construction by special trade contractors, it will not pay more than 75 percent of the amount paid by the Government for contract performance, excluding the cost of materials, to subcontractors that are not similarly situated entities. Any work that a similarly situated entity further subcontracts will count towards the prime contractor�s 75 percent subcontract amount that cannot be exceeded. (f) The Contractor shall comply with the limitations on subcontracting as follows: (1) For contracts, in accordance with paragraphs (c)(1), (2), (3) and (6) of this clause� _x_ By the end of the base term of the contract and then by the end of each subsequent option period; or __ By the end of the performance period for each order issued under the contract. (2) For orders, in accordance with paragraphs (c)(4) and (5) of this clause, by the end of the performance period for the order. (g) A joint venture agrees that, in the performance of the contract, the applicable percentage specified in paragraph (e) of this clause will be performed by the aggregate of the joint venture participants. (1) In a joint venture comprised of a small business prot�g� and its mentor approved by the Small Business Administration, the small business prot�g� shall perform at least 40 percent of the work performed by the joint venture. Work performed by the small business prot�g� in the joint venture must be more than administrative functions. (2) In an 8(a) joint venture, the 8(a) participant(s) shall perform at least 40 percent of the work performed by the joint venture. Work performed by the 8(a) participants in the joint venture must be more than administrative functions. (End of clause) DFARS 252.232-7006, WIDE AREA WORKFLOW PAYMENT INSTRUCTIONS (JAN 2023) � ������(a)��Definitions.��As used in this clause� � �������Department of Defense Activity Address Code (DoDAAC)� is a six position code that uniquely identifies a unit, activity, or organization. � �������Document type� means the type of payment request or receiving report available for creation in Wide Area WorkFlow (WAWF). � �������Local processing office (LPO)� is the office responsible for payment certification when payment certification is done external to the entitlement system. � �������Payment request� and �receiving report� are defined in the clause at�252.232-7003, Electronic Submission of Payment Requests and Receiving Reports. � ������(b)��Electronic invoicing.��The WAWF system provides the method to electronically process vendor payment requests and receiving reports, as authorized by Defense Federal Acquisition Regulation Supplement (DFARS)�252.232-7003, Electronic Submission of Payment Requests and Receiving Reports. � ������(c)��WAWF access.��To access WAWF, the Contractor shall� � ��������������(1)��Have a designated electronic business point of contact in the System for Award Management at�https://www.sam.gov; and � ��������������(2)��Be registered to use WAWF at�https://wawf.eb.mil/�following the step-by-step procedures for self-registration available at this web site. � ������(d)��WAWF training.��The Contractor should follow the training instructions of the WAWF Web-Based Training Course and use the Practice Training Site before submitting payment requests through WAWF. Both can be accessed by selecting the �Web Based Training� link on the WAWF home page at�https://wawf.eb.mil/ � ������(e)��WAWF methods of document submission.��Document submissions may be via web entry, Electronic Data Interchange, or File Transfer Protocol. � ������(f)��WAWF payment instructions.��The Contractor shall use the following information when submitting payment requests and receiving reports in WAWF for this contract or task or delivery order: � ��������������(1)��Document type.��The Contractor shall submit payment requests using the following document type(s): � ��������������������(i)��For cost-type line items, including labor-hour or time-and-materials, submit a cost voucher. � ��������������������(ii)��For fixed price line items� � ����������������������������(A)��That require shipment of a deliverable, submit the invoice and receiving report specified by the Contracting Officer. � ___________________________________________________________ (Contracting Officer: Insert applicable invoice and receiving report document type(s) for fixed price line items that require shipment of a deliverable.) � ����������������������������(B)��For services that do not require shipment of a deliverable, submit either the Invoice 2in1, which meets the requirements for the invoice and receiving report, or the applicable invoice and receiving report, as specified by the Contracting Officer. � � ___________________________________________________________ ��������������(Contracting Officer: Insert either �Invoice 2in1� or the applicable invoice and receiving report document type(s) for fixed price line items for services.) � ��������������������(iii)��For customary progress payments based on costs incurred, submit a progress payment request. � ��������������������(iv)��For performance based payments, submit a performance based payment request. � ��������������������(v)��For commercial financing, submit a commercial financing request. � ��������������(2)��) Fast Pay requests are only permitted when Federal Acquisition Regulation (FAR) 52.213-1 is included in the contract. � ������[Note: The Contractor may use a WAWF �combo� document type to create some combinations of invoice and receiving report in one step.] � ��������������(3)��Document routing.��The Contractor shall use the information in the Routing Data Table below only to fill in applicable fields in WAWF when creating payment requests and receiving reports in the system. Routing Data Table* Field Name in WAWF Data to be entered in WAWF Pay Official DoDAAC Issue By DoDAAC Admin DoDAAC Inspect By DoDAAC Ship To Code Ship From Code Mark For Code Service Approver (DoDAAC) Service Acceptor (DoDAAC) Accept at Other DoDAAC LPO DoDAAC DCAA Auditor DoDAAC Other DoDAAC(s) (*Contracting Officer: Insert applicable DoDAAC information. If multiple ship to/acceptance locations apply, insert �See Schedule� or �Not applicable.�) � (**Contracting Officer: If the contract provides for progress payments or performance-based payments, insert the DoDAAC for the contract administration office assigned the functions under FAR 42.302(a)(13).) � ��������������(4)��Payment request.��The Contractor shall ensure a payment request includes documentation appropriate to the type of payment request in accordance with the payment clause, contract financing clause, or Federal Acquisition Regulation 52.216-7, Allowable Cost and Payment, as applicable. � ��������������(5)��Receiving report.��The Contractor shall ensure a receiving report meets the requirements of DFARS Appendix F. � ������(g)��WAWF point of contact. � ��������������(1)��The Contractor may obtain clarification regarding invoicing in WAWF from the following contracting activity�s WAWF point of contact. � ___________________________________________________________ (Contracting Officer: Insert applicable information or �Not applicable.�) � ��������������(2)��Contact the WAWF helpdesk at 866-618-5988, if assistance is needed. � (End of clause) (xv)�Request for Quotes are due 18 March 2024 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 11 March 2024.� 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. (Email is preferred method of contact) Phone: 406-791-0246 Email: anthony.barille@us.af.mil
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/3c5783d8ffb5413684aecdf5aa1e2101/view)
 
Place of Performance
Address: Great Falls, MT 59404, USA
Zip Code: 59404
Country: USA
 
Record
SN06989456-F 20240309/240307230044 (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.