Loren Data Corp.

'

  
COMMERCE BUSINESS DAILY ISSUE OF AUGUST 13, 2001 PSA #2913
SOLICITATIONS

54 -- UH-60 BLACKHAWK MAINTENANCE PLATFORM AND UH-60 BLACKHAWK TAIL ROTOR WORK PLATFORM

Notice Date
August 9, 2001
Contracting Office
USPFO for Connecticut, 360 Broad Street, Hartford, CT 06105-3795
ZIP Code
06105-3795
Solicitation Number
DAHA06-01-Q-0023
Response Due
September 9, 2001
Point of Contact
Diana Marini, 860-524-4872
E-Mail Address
USPFO for Connecticut (Diana.Marini@ct.ngb.army.mil)
Description
PHASE AND TAIL ROTOR MAINTENANCE PLATFORMS, UH-60 HELICOPTER 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; quotes are being requested and a written solicitation will not be issued. The solicitation number is DAHA06-01-Q-0023 and is issued as a Request for Quotes (RFQ). SIC code is 3537, with size standard of 750. The solicitation document and incorporated provisions and clause s are those in effect through Federal Acquisition Circular 97-27. The proposed contract is 100% set aside for small business concerns. The Connecticut Army National Guard, AVCRAD Facility has a requirement for one Phase Maintenance Platform for the Sikorsk y, Blackhawk Series UH-60 Helicopter and one Tail Rotor Work Platform for the Sikorsky, Blackhawk Series UH-60 Helicopter. The Government considers ME1001-EXT, Blackhawk Series, Phase Maintenance Platform manufactured by Merrill Engineering Ltd. or Equal to meet the minimum requirements of the Government. The Government considers ME-1010, Blackhawk Series, Tail Rotor Work Platform manufactured by Merrill Engineering Ltd. or Equal to meet the minimum requirements of the Government. Minimum salient physica l, functional and performance characteristics that an Equal item must meet to be acceptable are as follows: The product must conform to OSHA requirements. Modular design to form an aircraft maintenance bay; mobile port, starboard and forward decks, side de cks have an adjustable height from a min. of 7 Feet 6 Inches to a max of 8 Feet 6 Inches, cross deck has an adjustable height from a min of 8 Feet 1 Inch to a max of 9 Feet 1 Inch, width of decking not less than 3 Feet and not more than 4 Feet, length of c ross decking not less than 8 Feet and not more than an extended length to extend beyond exhaust ejectors, non-slip surface on decking and all decking to have safety rails, staircase and handrails on each of the Port and Starboard decks, adjustable kick pan els, with non-slip surface, to fit the contour of the aircraft, caster wheel mobility of all decking should have a locking safety feature . The platform must be designed to closely fit the contour of the aircraft to protect workers from fall and dropped to ol hazards. The aft (tail pylon) assembly shall also be of modular design and shall be installed around three sides (left, right and aft) of the vertical tail pylon. The height of the platform shall enable full operation of the stabilator and not interfere with the rotation of the tail rotor during all flight control movements and removal and replacement operations. The left platform (co-pilot side) must allow workers to service the intermediate gearbox. Stairs on both sides of the tail pylon must climb fro m the forward portion of the aircraft up into the tail rotor assembly to allow servicing of the tail rotor gearbox and blades. The aft platform section in its entirety may not extend more than 18 inches beyond the length of the tail rotor paddle at its mos t extreme aft extension. Materials: Platforms shall be fabricated from structural aluminum, with decking and stair treads to be made from an appropriate grade of aluminum plank. All material shall be new and conform to all applicable standards and specific ations. Aluminum surfaces will be left with a natural finish. Features: The platforms, and any markings, shall meet all applicable OSHA requirements. The product's frame must be a simple bolt-together structure that can easily be disassembled for storage o r shipping. The product's casters/wheels must be equipped with brakes to provide positive lock. Leveling of individual sections of the platform shall be provided by jackscrews or other suitable means to adjust for variance in aircraft height due to loading , floor-surface and preferred working height. All platforms shall be constructed with sufficien t load-strength to allow ten(10) personnel load rating to stand and view the operation. Stair sections must support a three(3) person load rating. The manufacturer will provide three-year warranty and full technical support and training upon delivery. The manufacturer will provide a parts breakdown manual to facilitate identification/ordering of replacement parts from the manufacturer or other authorized sources. Each individual section will be delivered fully assembled. Descriptive literature and technical specifications are required with submitted quote. Offerors are required to submit a technical description of the items being offered in sufficient detail to evaluate compliance with this solicitation. This may include, but is not limited to, product liter ature, pictures and schematics of the enclosures, and terms of expressed warranties. Each proposal shall include a complete description of the aircraft maintenance platform assemblies and equipment configuration, and enclosures. The acquisition will be FO B Destination with Delivery and Acceptance point at the CT AVCRAD, 139 Tower Ave, Groton-New London Airport, Groton, Connecticut, 06340-5300. Delivery date shall be within 60 days of receipt of order. Award will be based on the evaluation of quotes for conformity to the synopsis/solicitation, technical capability of equipment, price, and past performance; technical and past performance are approximately equal to cost or price. Vendors are requested to submit past performance information to include person s of contact on the last three contracts for similar equipment. The provision of FAR 52.212-3, Offeror Representations, applies to this RFQ. A completed and signed copy of this provision shall be submitted with all offers. The following Federal Acquisitio n Regulations (FAR) and its supplements DFAR and AFAR provisions and clauses apply to this acquisition; 52.212-1, Instructions to Offerors -- Commercial Items; 52.212-4, Contract Terms and Conditions -- Commercial Items; 52.212-5, Contract Terms and Condit ions Required to Implement Statutes or Executive Orders; Commercial Items; 52.203-6, Restrictions on Subcontractor Sales to the Government, with Alternate I; 52.222-21, Prohibition of Segregated Facilities; 52.222-22 Previous Contracts and compliance Repor ts; 52.222-25, Affirmative Action Compliance; 52.222-26, Equal Opportunity; 52.232-33 Payment by Electronic Funds Transfer -- Central Contractor Registration; 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Ap plicable to Defense Acquisitions of Commercial Items; 252.225-7001, Buy American Act and Balance of Payments Program; 252.204-7004, Required Central Contractor Registration. You can visit the web-site at www.arnet.gov/far for the provisions and clauses nee ded for this synopsis/solicitation. Offers must be submitted to the USPFO for Connecticut, Purchasing and Contracting, ATTN: Diana Marini, 360 Broad Street Hartford, Connecticut 06105-3779 or via fax (860)524-4874 or e-mail diana.marini@ct.ngb.army.mil. No t Later Than 4:00 PM, 10 September 2001.
Web Link
Army Single Face to Industry (http://acquisition.army.mil)
Record
Loren Data Corp. 20010813/54SOL002.HTM (D-221 SN50U5K1)

54 - Prefabricated Structures and Scaffolding Index  |  Issue Index |
Created on August 10, 2001 by Loren Data Corp. -- info@ld.com