Phase Maintenance Platform System
COMBINED SYNOPSIS/SOLICIATION ‘COMBO': UH-60 Black Hawk Phase Maintenance Platform System (i) This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FA... COMBINED SYNOPSIS/SOLICIATION ‘COMBO': UH-60 Black Hawk Phase Maintenance Platform System (i) This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR 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. (ii) Solicitation FA4877-14-Q-0350 is hereby issued as a Request for Quotation (RFQ). (iii) The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2019-03 effective 12 Jul 2019, Defense Procurement Notice 20190628, and Air Force Acquisition Circular 2018-0525 effective 25 May 2018. (iv) The set aside for this acquisition is for total small business with an associated North American Industrial Classification System (NAICS) code of 332312-Fabricated Structural Metal Manufacturing, with a small business size standard of 500 employees. (v) The Government intends to award a firm-fixed priced contract for the following: CLIN: 0001 Spika Design & Manufacturing Inc. UH-60 Black Hawk Phase Maintenance Platform System; Qty. 1 / Unit: Each Extended Description: The Phase platform must include the following salient characteristics: a. Sections requested: Front section; Tail Section; and Tooltray b. Load rating: 800 lbs. decks; 400 lbs. staircases; 363 kg decks; 181 kg staircases c. Material: Structural aluminum d. Railings: Rated 200 lbs., 90 kg force e. Decking: Extruded aluminum plank deck and all-weather, non-slip extruded aluminum stair tread f. Stairs: Variable-pitch g. Electrical Supply: 120V 20A standard h. Actuation: Manual 24", 61 cm i. Casters: 8", 20 cm disc with brakes and index locks j. Include 1-Tier main section that allows overhead clearance in and out of the aircraft cabin. k. Include removable railings for all stand. l. The length of the main section must wrap around the aircraft engine bay. m. LED light pods must be installed above and below the main and tail stands aimed at the aircraft n. Maintenance trays must be installed outward on the main and tail stands o. Warranty: Industry standards are applicable Brand Name Justification: In accordance with the Brand Name Justification document included as an attachment to this solicitation post, it has been determined to be in the best interests of the Government to solicit this acquisition using the authority of FAR 6.302-1(c)(1). (vi) Delivery Information: Delivery shall be Free On Board (FOB) Destination. Final destination address will be made available at the time of award. (vii) Evaluation Criteria: The Government intends to award to the offeror whose quote is the lowest priced technically acceptable. Technical acceptability is defined and referred to within this solicitation as the offeror's capability to meet the defined salient characteristics of the product as delineated in this document. The Government intends to evaluate offers and award without conducting discussions, but reserves the right to do so, which is subject to the discretion of the Contracting Officer. Therefore, the initial quotation should contain the offerer's best terms from a price and technical standpoint. Offers that fail to submit required representations and information requested under this solicitation, thereby reject the terms and conditions and shall be excluded from consideration. *The Government reserves the right to make multiple or no award. (vii) Important Dates/Times: (All Times are Arizona Local Time) a. Questions are due by 02 August 2019, 4:00 pm. b. Answers will be provided by 05 Monday, August 2019, 4:00 pm. c. All quotes shall be submitted by Wednesday, 07 August 2019, 10:00 am. (viii) It is the responsibility of the vendor to ensure their quote was submitted via email on time and to the points of contact included below. All amendments to this solicitation will be made available on the Governmentwide point of entry, fbo.gov. (viii) Point of Contacts: a. Primary: Juan Sanchez III, juan.sanchez.35@us.af.mil, 520-228-2377 b. Alternate: Richard Snyder, richard.snyder.12@us.af.mil, 520-228-5484 (ix) Provisions and Clauses 1. FAR 52.212-1, Instructions to Offerors -- Commercial Items (Oct 2018) is hereby incorporated by reference, with the same force and effect if it were given in full text. 2. FAR 52.212-2, Evaluation -- Commercial Items (Oct 2014) is hereby incorporated by reference, to include the following excerpt, with the same force and effect if it were given in full text. (a) The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: i. Technical capability ii. Price 3. Each offeror shall include a completed copy of the provision at FAR 52.212-3, Offeror Representations and Certifications -- Commercial Items (Oct 2018), with their quotation. 4. FAR 52.212-4, Contract Terms and Conditions -- Commercial Items (Oct 2014), is hereby incorporated by reference, with the same force and effect as if it were given in full text. 5. FAR 52.212-5, Contract Terms and Conditions Required To Implement Statutes Or Executive Orders - Commercial Items (May 2019), is hereby incorporated by reference, with the same force and effect as if it were given in full text. Additionally, the following apply to this acquisition: 252.203-7000 Requirements Relating to Compensation of Former DoD Officials 2011-09 SEC I 252.203-7002 Requirement to Inform Employees of Whistleblower Rights. 2013-09 SEC I 252.203-7005 Representation Relating to Compensation of Former DoD Officials. As prescribed in 203.171-4(b), insert the following provision: 2011-11 SEC K 252.204-7003 Control of Government Personnel Work Product. 1992-04 SEC I 252.204-7006 Billing Instructions. 2005-10 SEC G 252.204-7015 Notice of Authorized Disclosure of Information for Litigation Support. 2016-05 SEC I 252.206-7000 Domestic Source Restriction 1991-12 SEC K 252.209-7004 Subcontracting with Firms that are Owned or Controlled by the Government of a Country that is a State Sponsor of Terrorism. 2015-10 SEC I 252.215-7007 Notice of Intent to Resolicit. 2012-06 SEC K 252.215-7013 Supplies and Services Provided by Nontraditional Defense Contractors. 2018-01 SEC L 252.223-7008 Prohibition of Hexavalent Chromium. 2013-06 SEC I 252.225-7016 Restriction on Acquisition of Ball and Roller Bearings. 2011-06 SEC I 252.225-7048 Export-Controlled Items. 2013-06 SEC I 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports. 2018-12 SEC G 252.232-7010 Levies on Contract Payments. 2006-12 SEC I 252.243-7001 Pricing of Contract Modifications. 1991-12 SEC I 252.244-7000 Subcontracts for Commercial Items 2013-06 SEC I 252.246-7003 Notification of Potential Safety Issues. 2013-06 SEC I 52.219-6 Notice of Total Small Business Set-Aside (DEVIATION 2019- O0003) 2011-11 SEC I Deviation 2019-O0003 2019-01 52.203-18 Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements or Statements- Representation. 2017-01 SEC I 52.204-16 Commercial and Government Entity Code Reporting. 2016-07 SEC K 52.204-18 Commercial and Government Entity Code Maintenance. 2016-07 SEC I 52.204-22 Alternative Line Item Proposal. 2017-01 SEC I 52.204-7 System for Award Management. 2018-10 SEC L 52.209-6 Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment. 2015-10 SEC I 52.219-13 Notice of Set-Aside of Orders. 2011-11 SEC I 52.219-14 Limitations on Subcontracting. 2017-01 SEC I 52.219-6 Notice of Total Small Business Set-Aside. 2011-11 SEC I Alternate I 2011-11 52.219-6 Notice of Total Small Business Set-Aside. 2011-11 SEC I Alternate II 2011-11 52.222-26 Equal Opportunity 2015-09 52.222-19 Child Labor-Cooperation with Authorities and Remedies. 2018-01 SEC I 52.222-21 Prohibition of Segregated Facilities. 2015-04 SEC I 52.222-37 Employment Reports on Veterans. 2016-02 SEC I 52.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving. 2011-08 SEC I 52.222-3 Convict Labor 52.222-19 Child Labor-Cooperation with Authorizes and Remedies 2018-01 SEC I 52.222-21 Prohibition of Segregated Facilities 2015-04 SEC I 52-222-50 Combating Trafficking in Persons 2019-01 SEC I 52.225-13 Restrictions on Certain Foreign Purchases. 2008-06 SEC I 52.225-3 Buy American-Free Trade Agreements-Israeli Trade Act. 2014-05 SEC I 52.225-1 Buy American-Supplies 2014-05 52.232-33 Payment by Electronic Funds Transfer-System for Award Management. 2018-10 SEC I 52.232-40 Providing Accelerated Payments to Small Business Subcontractors. 2013-12 SEC I 52.209-11 Representation by Corporations Regarding Delinquent Tax Liability or a Felony Conviction under any Federal Law. 2016-02 SEC I 52.202-1 Definitions. 2013-11 SEC I 52.204-19 Incorporation by Reference of Representations and Certifications. 2014-12 SEC I 52.233-3 Protest after Award. 1996-08 SEC I 52.247-34 F.o.b. Destination. 1991-11 SEC F
Links ()
Attachments ()
Data sourced from SAM.gov.
View Official Posting »