Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF JANUARY 28,2000 PSA#2525

Department of the Air Force, Air Mobility Command, 6th Contracting Squadron, 2606 Brown Pelican Ave., MacDill AFB, FL, 33621-5000

Z -- REPLACE EXISTING CREW/PASSENGER SEAT FABRIC SOL F08602-00-T0181 DUE 021000 POC Deloris Cusick, Contract Administrator, Phone 813-828-7452, Fax 813-828-7792, Email deloris.cusick@macdill.af.mil -- David Chittenden, Chief, Specialized Acquisition Flight, Phone 813-828-4783, Fax 813-828-7792, Email WEB: Visit this URL for the latest information about this, http://www.eps.gov/cgi-bin/WebObjects/EPS?ACode=P&ProjID=F08602-00-T01 81&LocID=582. E-MAIL: Deloris Cusick, deloris.cusick@macdill.af.mil. Provide all labor, tools, and materials necessary to upholster seat covers to replace the existing crew/passenger seats including disassembling, fitting, cutting, sewing, assembling and installation. The seat fabrics will be replaced with Boundry Bay-310 Wave, 100 LY and LL-3804 Pentland Leather, 220 SF Seat Fabric. Leather: LL-3804 Pentland, Douglass Interior Products, Inc. MFG Andrew Muirhead & Son, LTD (or equal) Top grain, sateen, bovine, aniline dyed, 1mm(+/-.1mm), flammability: pass FAR 25.853 12 second vertical, lightfast: 5 minimum, blue scale, tensile strength 45Kg/cm2, SLP6, Elongation at Break: 53% SLTC SLP6; Flexibility of finish: 10,000 cycles, no break, BS3144:1968; Adhesion of finish: 700g/sq cm, SLF/11, Fastness to rubbing-wet: 200 minimum, 1UF/450, Glasgow Scotland Tannery. Fabric: Boundary Bay 310 Wave, MFG Douglas Interior Products (or equal) 100% Polyester FR, Weight 16 oz per Linear yard, 54_ wide, Abrasion (ASTMD-3597-89) 84,000 cycles, tensile strength (ASTM-D-5034-90) 206.3 lb. warp 400.3 lb. fill, yarn slippage (ASTM D4034-61) 92.7 lb. warp 105.3 lb. fill, lightfastness (AATCC 16A-1990, Option E) D40 yours, Grade 4-5, Crocking: (AATCC 8-1989) Dry-class 4.6, wet _ class 4.5; resistance to pilling (ASTM D 3511-82) 4 slight fuzzing; flammability: passes state of CA (CS191-53/177 Sec E), California Technical Bulletin (117), N.F.P.A. 7701 (large), M.V.S.S. (302), FAA FAR 25.853(a), 12 Second Vertical Burn Requirements; B.I.F.M.A. Class B; California 133 as a compatible component, fabric when used with certain F.R. foams or barrier will meet requirements of CA technical bulletin 133. NOTE: All aircraft cockpit/passenger seats shall meet Air Mobility Command_s Cockpit Uniformity Regulations and safety standards (FAR 25.853 (b), Appendix (f) part II). Quantity: 17 pairs of passenger seats (fabric), 2 single passenger seats (fabric), 10 crew seats (leather), 72 headrest (2 per seat with matching fabric). *Note: A _seat_ includes the back, and cushion. Estimated Dimensions: Back: 24_W x 29_H x 5.5_D; Cushion: 21_W x 19.5_H x 5.5_D; Head rest: 1.5_ x 12_ x 9.5_; Flap: 16.5_ x 11.5_ (On top of the head rest). Work shall be performed at contractor_s facility. Contractor shall transport Government-furnished seats to and from contractor_s facility. Two seats shall be completely upholstered, delivered to MacDill AFB, inspected and approved by government inspectors PRIOR to the contractor cutting fabric, or sewing any covers for the remaining seats. Removal and installation of the seats from the aircraft shall be the responsibility of the Government. Seats shall be picked up and delivered to: 189 Hanger Loop Drive, Hanger 3, Room 217, MacDill AFB, FL. SIC 8999. Size Standard $5,000,000.00. This is a combined synopsis/solicitation per FAR 12.6 as supplemented with additional information included in this notice. This announcement constitutes the ONLY solicitation; quotations are being requested. A separate written solicitation will NOT be issued. Incorporated provisions and clauses are those in effect through Federal Acquisition Circular 97-15. The Government will award a purchase order resulting from this solicitation to the responsible offeror whose offer conforms to the solicitation requirements, is considered technically acceptable and will provide the best value to the Government considering price and past performance. The following areas are ranked in the order of importance: Past Performance, technical, price. The offeror shall provide at least three references for similar projects with a verifiable point of contact i.e., phone/fax numbers, e-mail address). The application of the Performance-Price Trade-Off (PPT) technique in the contract award selection and approval process is as follows: (i) All technically acceptable offerors will be ranked by evaluated price. (ii) Past Performance for each offer will be rated low, moderate, high, or not applicable with low representing the best score. An offeror with no past performance will receive a rating of not applicable (N/A). (iii) If the technically acceptable, lowest evaluated price offeror has received a low performance risk rating, this offeror_s proposal represents the best value for this acquisition and award may be made to this offeror. (iv) The Government reserves the right to award a contract to other than the technically acceptable, lowest evaluated price offeror if that offeror is judged to have a moderate, high, or not applicable performance risk rating. In that event, the Contracting Officer shall make an integrated assessment best value award decision. (v) The government will conduct an assessment of performance risk based on the offeror_s recent and relevant performance. In assessing performance risk the evaluator will (1) seek present and past performance information through the use of the questionnaires; and (2) use data independently obtained from other Government and Commercial sources. Adherence to applicable clauses and provisions will be considered. FAR provision 52.212-1, 52.212-2 applies to this acquisition. Additional applicable FARand DFARS clauses: 52.212-4, 52.212-5, 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.222-41, 52.222-42, 52.232-33, 252.212-7001, 252.225-7001. Offerors shall include a completed copy of the provision at 52.212-3, Offerors Representations and Certification-Commercial Items, with the offer (Reps & Certs are located at http://farsite.hill.af.mil). DFARS clause 252.204-7004, Required Central Contractor registration is applicable to this acquisition. Award cannot be made unless contractor is registered. For more information about registering, contact Regional Assistance Center (888) 227-2423 or visit their web site (www.ccr.disc.mil). Submit quotes to the attention of Deloris Cusick, 6 CONS/LGCB, fax 813 828-7792 or e-mail deloris.cusick@macdill.af.mil no later than 10 Feb 2000, 10:00 a.m. Eastern Standard Time. All responsible small businesses may submit a quotation which shall be considered. Posted 01/26/00 (D-SN419198). (0026)

Loren Data Corp. http://www.ld.com (SYN# 0079 20000128\Z-0007.SOL)


Z - Maintenance, Repair or Alteration of Real Property Index Page