|
COMMERCE BUSINESS DAILY ISSUE OF AUGUST 27,1997 PSA#1918U.S. Special Operations Command, Attn: AMSAM-AR-Z-A-K, Bldg 401, Lee
Bled., Fort Eustis, VA 23604-5577 15 -- 530FF HILICOPTER WITH OPTIONAL EQUIPMENT SOL USZA95-97-R-0037
DUE 091097 POC Teresa Dansberry 757 878 5223 /243 E-MAIL: CLICK HERE TO
CONTACT THE CONTRACT SPECIALIST, tdansber@tapo.eustis.army.mil. 530FF
HELICOPTER WITH OPTIONAL EQUIPMENT. 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-0037. This
solicitation document and incorporated provisions and clauses are those
in effect through Federal Acquisition Circular 90-46. The Standard
Industrial Classification (SIC) code is 3728 and the Business Size
Standard is 1000 employees. The items to be quoted are CLIN 0001: 5
each 530FF Helicopters with the following optional equipment: CLIN
0002: Heat Pitot Tube, Part Number: 369H90034, CLIN 0003: Engine Wash,
Part Number: 369H92537-501, CLIN 0004: Heating/defogging, Part Number:
90-369H90020-517, CLIN 0005 Round Nose w/Clear Glass, Part Number:
94-369D22402, CLIN 0006: Rotor Brake (Left Hand), Part Number:
369H90123-71, CLIN 0007: Clear Glass, Pilot Door, Part Number:
369H2024-81, CLIN 0008: Clear Glass, Pilot Door, Part Number:
369H2024-82, CLIN 0009: Round Nose Vent System, Part Numbers:
369H2530-3, 04, 369D22009-101, -105, CLIN 0010: Dual Controls
w/Military Grips ( w/3-hole D-Model pedals), Part Number: 369D297846
and Modification Kits: CLIN 0011: Armament Hardpoints, Part Number:
369D294800-505 and CLIN 0012: Emergency Release Pilot Doors, Part
Number: 369A2055-901, -902. The following standard equipment shall be
installed and operational as a minimum on the basic 530FF Model
Helicopter: 1. Rotor to include, 5-bladed main rotor system, 2-bladed
tail rotor system (with military abrasion strips); 2 Fuselage to
include, Standard landing gear, Standard cargo doors and clear glass
for the cockpit doors, Paint: flat black interior primer and any color
exterior primer, Engine and XMSN oil cooling access doors; 3 Controls
to include, Engine governor actuator, Lateral cyclic trim actuator,
Longitudinal cyclic trim actuator, Pilot's collective dust cover; 4
Power Plant to include, Allison Turbine Engine (250-C30H), Engine Fuel
Pump, Engine oil cooler, Baffled engine oil tank (p/n 369A8301-507);
5 Drive System to include XSMN, main (369F5100-1), XSMN, tail rotor,
Shaft, engine drive, Clutch, overrunning (369F53500-1), Shaft, main
rotor, Shaft, tail rotor, Cooler, XSMN oil, Main Rotor Drive Shaft
(369F5510-1), Kamatics Interconnect Drive Shaft (500N5215), Coupling
(369F5133-1); 6 Electrical System to include, Starter -- generator, 200
ampere, Voltage regulator with overvoltage protection, Engine power out
and low RPM warning unit, Strobe light system, Battery, nickel cadmium
(17 amp-hr, Marathon, 20 cell, p/n 455-013), External power
receptacle, Night lighting installation, Automatic reignition system;
7 Furnishings to include First aid kit, Fire extinguisher, Cargo
tiedown fittings, Jacking fittings, Pilot's flight manual, Weight and
balance statement, Log Book, Engine manual and engine parts catalog,
Handbook of Maintenance Instructions (HMI), Illustrated Parts Catalog
(IPC), Front seats. Standard utility interior; 8 Instruments to
include, Airspeed indicator, OAT thermometer, Pressure altimeter, Dual
(N2 and NR) tachometer indicator, N1 tachometer indicator, Turbine
outlet temperature (TOT) indicator, Engine oil torque gage, Engine oil
temperature indicator, Engine oil pressure indicator, Fuel quantity
indicator, Battery temperature caution and warning indicators, Ammeter
(p/n 369D24512-3), Caution -- Warning light system, Standby magnetic
compass; 9 Support Equipment to include Pitot tube cover, Five blade
tiedown socks, Engine inlet cover, Engine exhaust cover, Two (2) heavy
duty (steel) ground handling wheels. Due to lack of competition, these
items are sole source to McDonnell Douglas Helicopter Systems, 5000
East McDowell Road, Mesa, AZ 85205. Required delivery schedule is two
each 12 months after contract award, two each 13 months aftercontract
award and 1 each 14 months after contract award. The Inspection,
Acceptance and FOB Point is Origin. A joint Government (160th) and
Contractor inventory and equipment check-out shall be conducted prior
to acceptance of the aircraft. The contract shall be firm fixed priced.
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: FOB Point Origin, incorporated by reference into this
contract. DFARS 252.228.7001, Ground and Flight Risk, incorporated by
reference applies to this acquisition. Shipping instructions: A
complete shipset of modification Kit will accompany each aircraft. The
contractor shall be responsible for selecting and arranging for
shipping. The contractor shall be responsible for preparing the
aircraft and hardware for shipment to include loading. The carrier
shall insure that the aircraft are enclosed and have provisions for
securing the aircraft and cargo to the cargo floor. 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 for easy identification without opening the package. The
interior of the package will be marked with the same information. 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 DomesticCommodities";
and, 252.225-7014 "Preference for Domestic Specialty Metals." ;
252.227.7015 "Technical Data Commercial Items", 252.227-7037,
"Validation of Restrictive Markings on Technical Data". Proposals must
be delivered to US Special Operations Command, Technical Applications
Contracting Office, AMSAM-AR-Z-A-K (ATTN: Teresa Dansberry, 401 Lee
Blvd., Fort Eustis, VA 23604, telephone (757) 878-5223, ext. 243 not
later than 3:00 p.m. local time 10 Sep 1997. The submission of
proposals is subject to FAR 52.215-10 "Late Submissions, Modifications,
and Withdrawals of Proposals." Note: "The proposed contract action is
for supplies or services for which the Government intends to solicit
and negotiate with only one source under 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 proposal
received within fifteen (15) days (IAW FAR 5.203 (a)) after date of
publication of this synopsis will be considered by the government. A
determination by the Government not to compete 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". (0237) Loren Data Corp. http://www.ld.com (SYN# 0169 19970827\15-0008.SOL)
15 - Aircraft and Airframe Structural Components Index Page
|
|