Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF AUGUST 27,1997 PSA#1918

U.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