|
COMMERCE BUSINESS DAILY ISSUE OF AUGUST 20,1997 PSA#1913U.S. Special Operations Command, Attn: AMSAM-AR-Z-A-K, Bldg 401, Lee
Blvd., Fort Eustis, VA 23604-5577 16 -- EXTERNAL CONFORMAL FUEL TANKS SOL USZA95-97-R-0039 DUE 090297
POC Rich Cooney (757) 878-5223 x251 E-MAIL: Interested sources ar
encouraged to contact the contracting officer via e-mail,
rcooney@tapo.eustis.army.mil. EXTERNAL CONFORMAL FUEL TANK. This is a
combined synopsis/solicitation for a commercial item 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. This solicitation is issued
as a Request for Proposal (RFP). The solicitation number is
USZA95-97-R-0039. This solicitation document and incorporated
provisions and clauses are those in effect through the 1997 Federal
Acquisition Regulation re-issue July 1997. The Standard Industrial
Classification (SIC) code is 3728 and the Business Size Standard is
1000 employees. The items to be quoted are External Conformal Fuel
Tanks plus installation onto a Government specified mounting system and
documentation. The known manufacturer is Robertson Aviation, Tempe AZ.
Line items consist of the following: 0001: 2 each External Conformal
Fuel Tanks Robertson Aviation Part Number HM-015, 0002: ECE
Airworthiness Substantiation Documentation, 0003: MH-6 ECE Aircraft
System Drop Test Plan, 0004: MH-6 ECE Aircraft System Drop Test Report,
0005: ECE Installation Manual, 0006: ECE Maintenance Manual, 0007: ECE
Illustrated Parts Manual; 0008: Strapping Tables applicable to the
A/MH-6. Delivery (all items): 14 months after contract award.
Generally, the Fuel Tanks and data requirements are described as
follows: minimum total fuel capacity 62 gal (US), self sealing,
ballistic tolerant to .50 caliber AP ammunition, and crashworthy as per
MIL-T-27422B. The tank is equipped with cockpit controlled, internal
high capacity electric fuel pumps; a Smith Industries Fuel Probe, P/N:
20-268-01; a 75 psi crashworthy fuel cap; rollover/float vent valves;
hardware that facilitates electrical and mechanical installation of
the fuel tank; crashworthy, self-sealing, breakaway valves;
self-sealing, ballistic tolerant, and crashworthy, auto-leveling
cross-feed fuel line which enables both tanks to connect
simultaneously; self-sealing, ballistic tolerant, and crashworthy main
fuel tank feed-lines; crashworthy, electrical wiring harness. The
contractor shall prepare a test plan, conduct a test and submit a test
report to the Government which demonstrates the following: Two (2)
MH-6C aircraft training aids will be supplied to the contractor as GFE.
The aircraft training aids will be equipped with tail boom and tail
section, transmission, rotor blades, landing gear and dampers, nose
section with windshields, flight controls and linkages, floor, pedals
and linkages, main fuel tank, seats. The contractor shall install a
dummy weight to represent an installed engine which approximates the
engines center of gravity, location and weight. The contractor shall
install hardware which simulates the Mark IV Rail/MH Plank Center
Section manufactured by Contract Fabrication & Design in both training
aids. The contractor shall install the Fuel Tanks in both training
aids. The contractor shall perform two system crash testsIAW a test
plan to be developed by the contractor and approved by the Government
and provide a test report. The test plan shall include a Test Decision
Matrix outlining the first crash scenarios, i.e., horizontal and
vertical velocities, roll, pitch, and yaw impact angles followed by
subsequent test scenario based pass/fail criteria. The contractor shall
include rationale to explain his derivation of the crash scenarios and
the decision matrix. The rational used in developing the test
scenarios shall include existing H-6 crash data. The contractor shall
include descriptions of the test fixture and facility within the test
plan. (The Government reserves the right to witness the system drop
tests). The test report shall address the tests conducted, results, and
provide a critical summary analysis of the results. After Government
acceptance of the test report, the contractor shall prepare an
Airworthiness Substantiation Document. This document shall address the
requirements and conditions of MIL-T-27422B tests/analysis, to include
the tank component drop test. The document shall also address the
requirements and conditions of MIL-STD-1290A for rotary wing aircraft.
In addition, to the above, the contractor shall provide installation,
maintenance and parts manuals which have been tailored for the
Governments A/MH-6 aircraft. A copy of the contract data requirements
list, DD-1423, will be provided to interested sources. The Inspection,
Acceptance and FOB Point are Origin. Pack/Packaging shall be standard
commercial as provided by FAR 52.247-30. The contract shall be firm
fixed priced. Generally, the fuel tanks are described as follows If a
proposal is submitted on an equal product, the manufacturer's name,
brand, model or part number, and complete description with literature
shall be submitted. The submittal must demonstrate that the proposed
product is equal to or exceeds the desired item. The provision at
52.212-1, Instruction to Offerors -- Commercial Items, applies to this
acquisition and No addenda applies. The provision at 52.212-2,
Evaluation -- Commercial Items applies to this acquisition with the
blanks filled in as follows: Firm Fixed Price, Lowest Priced
Technically Acceptable Offer. Technical acceptability will be based
upon comparison of an offered product to the part numbered product
identified in this solicitation. Only technically acceptable offers
will be considered for award. Offers shall include a completed copy of
the provision at 52.212-3, Offeror Representations and Certifications
-- Commercial Items, with the offer. The clause 52.212-4, Contract
Terms and Conditions -- Commercial Items, applies to this acquisition
with the following addendum: All data and material to be shipped under
this contract shall be packaged and packed to conform with carrier
requirements per FAR clause 52.247-30, F.O.B. Origin, incorporated by
reference into this contract. The information on the outside of the
package shall clearly state the shipping address, contract number,
device number, and any other "MARK FOR" information required (see
MIL-STD-129 for guidance) for easy identification without opening the
package. The interior of the package will be marked with the same
information.; The clause at 52.245-2 Government Property (Fixed-Price
Contracts) (DEC 1989) applies to this contract -- however, the
Government acknowledges that the furnished property will be destroyed
during testing. At the conclusion of all tests the Contractor shall
requests disposition instructions from the contracting officer. The
following clauses apply to the Test Plan, Test Report and manual
supplements developed by the contractor pursuant to this contract:
252.227-7013 Rights in Technical Data -- Noncommercial Items (NOV
1995); 252.227-7022 Government Rights (Unlimited) (MAR 1979);
252.227-7036 [Declaration] of Technical Data Conformity ([JAN 1997]);
252.227-7037 Validation of Restrictive Markings on Technical Data (NOV
1995). The following clause applies to the contractors commercially
developed technical data: 252.227-7015 Technical Data -- Commercial
Items. (NOV 1995). The clause at 52.212-5, Contract terms and
Conditions Required To Implement Statutes or Executive Orders --
Commercial Items applies to this acquisition to include 52.203-6
"Restrictions on Subcontractor Sales to the Government, with Alternate
1"; 52.203-10 "Price or Fee Adjustment for Illegal or Improper
Activity"; 52.219-8 "Utilization of Small Business Concerns and Small
Disadvantaged Business Concerns"; 52.222-26 "Equal Opportunity";
52.222-35 "Affirmative Action. For Handicapped Workers"; 52.222-36
"Affirmative Action for Handicapped Workers"; 52.222-37 "Employment
Reports on Special Disabled Veterans and Veterans of the Vietnam Era";
and 52.247-64 "Preference for Privately Owned U.S. Flag Commercial
Vessels". In addition to the foregoing FAR provisions, the following
DFARS provisions are applicable: 252.225-7006 "Buy American Act Trade
Agreements Balance of Payments Program Certificate"; 252.212-7000
"Offeror Representations and Certifications Commercial Items" (Note a
completed copy must be returned with your offer); 252.212-7001
"Contract Terms and Conditions Required to Implement Statutes
Applicable to Defense Acquisitions for Commercial Items" the following
particular provisions cited within 252.212-7001 apply to this
acquisition: 252.205-7000 "Provision of Information to Cooperative
Agreement Holders"; 252.219-7003 "Small Business and Small
Disadvantaged Business Subcontracting Plan"; 252.219-7006 "Notice of
Evaluation Preference for Domestic Specialty metals"; 252.225-7001 "Buy
American Act and Balance of Payment Program"; 252.225-7007 "Trade
Agreements"; 252.225-7012 "Preference for Certain Domestic
Commodities"; and, 252.225-7014 "Preference for Domestic Specialty
Metals." Proposals must be delivered to US Army Special Operations
Command, Technology Applications Contracting Office, AMSAM-AR-Z-A-K
(ATTN: Rich Cooney), Building 401, Lee Blvd., Ft. Eustis, VA
23604-5577, telephone (757) 878-5223 x251 not later than 3:00 p.m.
local time 1 September 1997. The submission of proposals is subject to
FAR 52.215-10 "Late Submissions, Modifications, and Withdrawals of
Proposals." Facsimile proposals are acceptable, please call before
submission. The Facsimile number is (757) 878-4199. Please note: The
proposed contract action is for supplies or services for which the
Government intends to solicit and negotiate with only one source under
the authority of FAR 6.302. Interested persons may identify their
interest and capability to respond to the requirement or submit
proposals. This notice of intent is not a request for competitive
proposals. However, all proposals received within fifteen after date of
publication of this synopsis will be considered by the Government. A
determination by the Government not to compete with this proposed
contract based upon responses to this notice is solely within the
discretion of the Government. Information received will normally be
considered solely for the purpose of determining whether to conduct a
competitive procurement. (0228) Loren Data Corp. http://www.ld.com (SYN# 0174 19970820\16-0001.SOL)
16 - Aircraft Components and Accessories Index Page
|
|