|
COMMERCE BUSINESS DAILY ISSUE OF FEBRUARY 22,2000 PSA#2541Naval Air Warfare Center TSD, Code 257, 12350 Research Parkway, Orlando
FL 32826-3275 16 -- WINCH FOR USE ON DEVICE 9H1, HELICOPTER HOIST SOL
N61339-00-T-0059 DUE 031400 POC Linda Hill 407-380-4107 or Tony
Delicati 407-380-4121 WEB: NAWCTSD Home Page, Request for Quote,
http://www.ntsc.navy.mil/contract/procure.htm. E-MAIL: Linda Hill or
Tony Delicati, NAWCTSD, Code 25713, HillLA@navair.navy.mil or
DelicatiAJ@navair.navy.mil. This is a combined synopsis/solicitation
for commercial items 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, a quote is
being requested and A WRITTEN SOLICITATION WILL NOT BE ISSUED.
Solicitation N61339-00-T-0059 is issued as a request for quote and
incorporates the provisions and clauses in effect through Federal
Acquisition Circular 97-15. This solicitation is set-aside for small
business. The SIC Code for this solicitation is 3728 with a size
standard of 1000 employees. The following items are required: CLIN
0001, Fabricate, Deliver and Install Prototype Winch for Device 9H1
Helicopter Hoist Trainer per SOW, 1 each; CLIN 0002, Documentation, 1
Lot, CLIN 0003 -- Option I, Fabricate and Deliver Follow-on Winch per
SOW, 1 each; CLIN 0004 -- Option II, Fabricate and Deliver Follow-on
Winch per SOW, 2 each; CLIN 0005 -- Option III, Fabricate and Deliver
Follow-on Winch per SOW, 4 each. STATEMENT OF WORK -- 1. SCOPE. This
Statement of Work (SOW) specifies the extent of work to be performed
with regard to delivery of a special winch for use on Device 9H1,
Helicopter Hoist located at NAS Jacksonville, FL. The purpose of the
winch is to lift persons. 2. APPLICABLE DOCUMENTS. There are no
documents cited in Section 3 of this SOW. 3. REQUIREMENTS. 3.1 General.
The following general requirements apply: 3.1.1 Government technical
assistance and coordination with site personnel. The Government will
provide access to the device during the period of performance on a
not-to-interfere basis only if requested. It is not anticipated that
this will be necessary. The contractor shall coordinate all such
requests for technical assistance from the subject matter expert
specified above. 3.1.2 Delivery. The contractor shall deliver a
specification compliant device within 30 days of contract award. 3.1.3
Winch Requirements. The contractor provided winch shall provide the
following attributes: 3.1.3.1 Line Speed. The winch shall have a line
speed of 80 ft/min +/- 5 ft/min while lifting the design payload.
Design payload consists of cable weight and 600lbs simulating body
weight of 2 persons in wet gear. 3.1.3.2 Drum Brake. The winch shall
have a drum brake for safety purposes. 3.1.3.3 Cable. The winch shall
be able to accommodate 75 ft of wire rope, 3/16 inch nominal size, 19
X 7 strands configuration to lift 600lbs (2 persons in wet gear.)
3.1.3.4 Level Wind. The winch shall incorporate a level wind system,
pressure roller system, or other means of ensuring the cable does not
bind on the drum. 3.1.3.5 Safety. The winch shall be safe for its
intended purpose (that of lifting persons.) The winch shall have a
safety factor of 10. Safety stops shall be incorporated at the upper
and lower limits of travel. 3.1.3.6 Electrical Power Available. The
winch shall be capable of utilizing the existing electrical power
available without modification. The existing power available is 230V
single phase. 4.4. Documentation. The contractor shall: (a) Provide
supporting documentation adequate to operate, maintain and reprocure
the winch and replacement parts. (b) Provide all original commercial
manuals to the Government. Repro copies are unacceptable unless prior
approval has been obtained from the Government's designated POC.
(c)Documentation shall be delivered to NAWCTSD Orlando ILSS at the same
time the winch is delivered. Acceptance shall be made at destination
upon delivery. Delivery shall be made FOB Destination. The following
FAR/DFAR provisions and clauses apply to this acquisition: 52.212-1,
52.212-2, 52.212-3, 52.212-4, 52.212-5, 252.212-7001. The following
evaluation criteria shall be used as addenda to FAR 52.212-2(a) (I)
Technical capability of the item offered to meet the Government
requirement (subfactors: N/A); (ii) price; and (iii) past performance.
The following subparagraphs of FAR 52.212-5(b) apply: (12), (13),
(14), (15), (22). The following subparagraphs of FAR 52.212-5(c) apply:
None. The following clauses of DFARS 52.212-7001(b) and (c) apply:
252-225-7001. A COMPLETED COPY OF THE FOLLOWING MUST BE INCLUDED WITH
THE QUOTE: FAR 52.212-3 AND DFARS 252.212-7000. The following clauses
also apply: DFARS 252.204-7004, "Required Central Contractor
Registration" and "Year 2000 Warranty -- Commercial Supply Items". The
DPAS rating for this solicitation is N/A. Forty-five days is changed
to read fifteen days. Quote is due at 2:00 EST on 14 March 2000 and may
be made by FAX to 407-380-4069 (Attn: Linda Hill or Tony Delicati) or
to the address above. For information regarding this solicitation,
contact Linda Hill at 407-380-4107 or Tony Delicati at 407-380-4121.
Posted 02/17/00 (W-SN426578). (0048) Loren Data Corp. http://www.ld.com (SYN# 0157 20000222\16-0010.SOL)
16 - Aircraft Components and Accessories Index Page
|
|