Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF AUGUST 20,1997 PSA#1913

U.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