Trade Leads

Transportation Equipment Manufacturing Needed
The Aviation Applied Technology Directorate Contracting Division, Army Contracting Command, intends to award a firm-fixed-price contract. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-86. The solicitation number is W911W6-16-T-0005 and is issued as a request for quotation. The proposed contract action, a commercial item purchase order in accordance with FAR Part 13, Simplified Acquisition Procedures, is for procurement of sixty-four (64) High Mass Cooling Fans. The High Mass Cooling Fans shall meet the following fan assembly operational characteristic requirements: (1) Nominal free delivery airflow of 50 CFM; (2) Operate exclusively on 28V Dc, and nominal 0.5 amp current aircraft electrical supply power supply. Electrical power leads shall be compliant with MIL-W-22759; (3) Fan motor shall be brushless, permanent magnet design (electronically commutated DC) (4) Physical envelope: 3.12" x 3.12" x 1.50"; (5) Operational temperature range: -40 °C to 100 °C; (6) Fan assembly weight should not exceed approximately 0.75 lbs; (7) Fan assemblies shall be fabricated from die cast aluminum. All aluminum components finished with a chemical conversion coating per MIL-C-5541, top coat of lusterless black enamel, color #37038, per Federal Standard 595 conforming to TT-E-489 Type B; (8) Designed to meet or exceed the following: MIL-B-28873, MIL-W-22759, MIL-C-5541, and MIL-S-901. As fan units are received from the Contractor, the Government will install fans in an aircraft kit. Due to the urgency of the delivery, the Government requests partial deliveries at no additional cost be made to the Government however, ALL UNITS MUST be delivered by 17 June 2016. The offeror shall provide pricing, and best delivery schedule projections for delivery of 64 fan assemblies meeting the specification requirements identified above. Shipping charges and standard commercial warranty terms shall be included in the quote. Delivery, Inspection, Acceptance and F.O.B. Point are at Destination, Fort Eustis, Virginia 23604. The provision at FAR 52.212-1, Instructions to Offerors--Commercial Items, applies to this acquisition without addenda. Offerors shall include a completed copy of the provision at FAR 52.212-3, Offerors Representations and Certifications--Commercial Items Alternate I, with their offer. The following provisions shall apply; FAR 52.204-7, System for Award Management; and DFARS 252.203-7998, Prohibition on Contracting with Entities That Require Certain Internal Confidentiality Agreements--Representation. Clauses incorporated by reference include FAR 52.204-7, System for Award Management; FAR 52.204-13, System for Award Management Maintenance; FAR 52.204-19, Incorporation by Reference of Representations and Certifications; FAR 52.212-4, Contract Terms and Conditions--Commercial Items; FAR 52.219-1, Small Business Program Representations; FAR 52.222-22, Previous Contracts and Compliance Reports; FAR 52.222-25, Affirmative Action Compliance; FAR 52.225-25, Prohibition on Engaging in Sanctioned Activities Relating to Iran--Certification; FAR 52.232-1, Payments; FAR 52.232-39, Unenforceability of Unauthorized Obligations; FAR 52.232-40, Providing Accelerated Payments to Small Business Subcontractors; FAR 52.247-34, F.O.B. Destination; FAR 52.252-2, Clauses Incorporated by Reference; DFARS 252.203-7000, Requirements Relating to Compensation of Former DoD Officials; DFARS 252.203-7002, Requirement to Inform Employees of Whistleblower Rights; DFARS 252.203-7005, Representation Relating to Compensation of Former DoD Officials; DFARS 252.203-7999, Prohibition on Contracting with Entities that Require Internal Confidentiality Agreements; DFARS 252.204-0001, Line Item Specific--Single Funding; DFARS 252.204-7003, Control of Government Work Product; DFARS 252.204-7004 Alt A, System for Award Management; DFARS 252.204-7008, Compliance with Safeguarding Covered Defense Information Controls; DFARS 252.204-7012, Safeguarding Covered Defense Information and Cyber Incident Reporting; DFARS 252.211-7008, Use of Government-Assigned Serial Numbers: DFARS 252.225-7000, Buy American Act--Balance of Payments Program Certificate; DFARS 252.225-7001, Buy American Act and Balance of Payments Program; DFARS 252.225-7002, Qualifying Country Sources as Subcontractors; DFARS 252.225-7048, Export Controlled Items; DFARS 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports; DFARS 252.232-7006, Wide Area Workflow Payment Instructions; DFARS 252.232-7010, Levies on Contract Payments; DFARS 252.243-7001, Pricing of Contract Modifications; DFARS 252.244-7001 Alt 1, Contractor Purchasing System Administration; DFARS 252.246-7000, Material Inspection and Receiving Report; and DFARS 252.246-7007, Contractor Counterfeit Electronic Part Detection and Avoidance System. The following clauses cited within FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders--Commercial Items, apply: 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Award; 52.209-6, Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment; 52.209-10, Prohibition on Contracting with Inverted Domestic Corporations; 52.219-28, Post Award Small Business Program Representation; 52.222-3, Convict Labor; 52.222-19, Child Labor--Cooperation with Authorities and Remedies; 52.222-21, Prohibition of Segregated Facilities; 52.222-26, Equal Opportunity; 52.222-36, Affirmative Action for Workers with Disabilities; 52.222-50, Combating Trafficking in Persons; 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving; 52.225-13, Restrictions on Certain Foreign Purchases; 52.232-33, Payment by Electronic Funds Transfer--System for Award Management; 52.233-3, Protest After Award; and 52.233-4, Applicable Law for Breach of Contract Claim. The full text of the clauses or provisions may be accessed electronically at http://farsite.hill.af.mil. Pursuant to FAR 15.101-2, low price technically acceptable, offers will be evaluated based on the criteria listed above. The applicable North American Industry Classification Standard (NAICS) code is 336412. The small business size standard is 1500. Interested sources may identify interest and capability to respond to the requirement or submit quotes. The Government will review and consider all quotes received within the closing date set in this notice. Companies shall reference W911W6-16-T-0005 in all correspondence with the Government. Specifications, plans, or drawings relating to this procurement described are not available and cannot be furnished by the Government. The successful offeror must submit their invoices through the Wide Area WorkFlow website http://wawf.eb.mil. Also, all prospective offerors must be actively registered in the System for Award Management (SAM) website www.sam.gov, with their FAR and DFARS Report Representations and Certifications completed prior to award. Proposals are due not later than 25 January 2016, 2:00 p.m. Eastern Standard Time. Submit inquiries regarding this procurement to Dan Shipley by email at dan.m.shipley.civ@mail.mil (757-878-3766). Contracting Office Address: LEE BLVD BLDG 401 FORT EUSTIS , Virginia 23604-5577 United States Place of Performance: 401 Lee Blvd Fort Eustis, Virginia 23604 United States Primary Point of Contact.: Dan M. Shipley dan.m.shipley.civ@mail.mil Phone: 7578783766
https://globalcontactinternational.wordpress.com/2016/01/21/transportation-equipment-manufacturing-needed-12/