Federal Bid

Last Updated on 05 Jul 2019 at 8 AM
Combined Synopsis/Solicitation
Location Unknown

KC135 ENGINE CHANGE SHELTER

Solicitation ID W91243-19-Q-MS10
Posted Date 12 Jun 2019 at 7 PM
Archive Date 05 Jul 2019 at 5 AM
NAICS Category
Product Service Code
Set Aside No Set-Aside Used
Contracting Office W7nl Uspfo Activity Neang 155
Agency Department Of Defense
Location United states
 

Amendment#2: Extend Quotation Response date to 17 June 2019 1pm Central Time.

Amendment#1: Change to Full and Open Competition

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; proposals are being requested and a written solicitation will not be issued.

Solicitation Number: W91243-19-Q-MS10 is issued as a Request for Quote (RFQ)

Solicitation Date: 2 June 2019

Description: Firm Fixed Priced Contract for the following items:

Item 0001: (1 Each) KC135 ENGINE CHANGE SHELTER made by JB Roche (Brand Name or Equal In addition, name the manufacturing country of origin).

 

Site Visit:  N/A

 

Quotations Due: NLT 1:00 p.m. CST, 17 June 2019.  Quotes may be emailed to [email protected].

Points of Contact:
Matthew Sutton, (402) 309-8254, [email protected]
Danielle Nuss, (402) 309-8269,
[email protected]

FOB Destination: Nebraska Air National Guard, 2420 West Butler Ave, Lincoln, NE 68524

Items shall be received and/or installation complete NLT 120 days ADC.

This procurement is a Full and Open Competition.  The North American Industry Classification System (NAICS) Code is 314910 and the small business size standard is 500 employees however all offers regardless of size standards will be considered.  Classification Code is 5410-Prefabricated and Portable Buildings.

*** To be considered for award, you or your company must be registered with SAM at https://www.sam.gov/portal/public/SAM/. Please note that electronic funds transfer through WAWF is the ONLY acceptable means of invoicing and payment. Refer to https://wawf.eb.mil for registration information. Offerors must provide their DUNS number, CAGE code, and confirmation of their registration along with their quote.

This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2019-02TA, effective 6 May 2019.

The Defense Priorities and Allocation System (DPAS) assigned rating is: none.

The selected Offeror must comply with the following commercial item terms and conditions. Provision 52.212-1, Instructions to Offerors - Commercial, applies to this acquisition. Provision 52.212-2, Evaluation - Commercial Items applies and the following evaluation factors will be considered to meet the minimum requirements of the government:

Lowest Price that meets the solicitation requirements.

1. The government is looking for a portable engine change shelter kit for the KC-135 similar to the KC135 ENGINE CHANGE SHELTER made by JB Roche.

2. The following characteristics are the minimum requirements that the gov't is seeking:

Compatible with KC-135 aircraft. Air Intake/Exhausts vents. Reflective Tapes for Night Operations. Anti-Static/Fire retardant material resistant to fuel, oil, and hydraulic fluid. Storage bag on wheels, shipping cover, 110V 2HP electric blower for inflation, Extension Poles, Groundsheet, Repair kit and Installation instructions. Heating and cooling capability. Ballast pads incorporated into the shelter for high-wind usage. An internal airframe construction and heavy duty external coversheet. Also designed to enable full engine change operation with bootstrap. Any commercial offered warranty.

Past Performance - Relevant and recent past performance will be reviewed through the Past Performance Information Retrieval Systems (PPIRS.)

Offerors must include a completed copy of the Provision 52.212-3, Offeror Representations and Certifications - Commercial Items with their offer. Clause 52.212-4, Contract Terms and Conditions - Commercial Items, applies to this acquisition. The following FAR clauses in paragraph (b) of Clause 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items, will apply: 52.204-10, 52.209-6,  52.219-28, 52.222-3, 52.222-19, 52.222-21, 52.222-26, 52.222-36, 52.222-50, 52.223-18, 52.225-13, 52.232-33, 52.222-53. The following FARS provisions or clauses apply: 52.211-6, 52.232-39, 52.232-40.  The following DFARS provisions or clauses apply: 252.203-7000, 252.203-7002, 252.203-7005, 252.204-7008, 252.204-7011, 252.204-7012, 252.204-7015, 252.211-7003, 252.223-7008, 252.225-7000, 252.225-7001, 252.225-7002, 252.232-7003, 252.232-7006, 252.232-7010, and 252.244-7000.The full text of a FAR and DFARS provision or clause may be accessed electronically at http://farsite.hill.af.mil/.

Bid Protests Not Available

Similar Past Bids

Butler Pennsylvania 29 Aug 2019 at 9 PM
Location Unknown 08 Apr 2015 at 2 PM
Location Unknown 12 Oct 2010 at 8 PM
Jeff Kentucky 24 May 2008 at 11 AM
Davis West virginia 02 Jun 2008 at 5 PM

Similar Opportunities

Tinker air force base Oklahoma 14 Jul 2025 at 7 PM
Location Unknown 31 Jul 2025 at 10 PM
Laughlin air force base Texas 15 Jul 2025 at 9 PM