VERTICAL CASUALTY LOADING SYSTEM FOR KC-135
Looking for contract opportunity help?
APEX Accelerators are an official government contracting resource for small businesses. Find your local APEX Accelerator (opens in new window) for free government expertise related to contract opportunities.
APEX Accelerators are funded in part through a cooperative agreement with the Department of Defense.
The APEX Accelerators program was formerly known as the Procurement Technical Assistance Program (opens in new window) (PTAP).
General Information
- Contract Opportunity Type: Combined Synopsis/Solicitation (Updated)
- Updated Published Date: Jul 18, 2023 07:38 am EDT
- Original Published Date: Jun 23, 2023 12:42 pm EDT
- Updated Date Offers Due: Jul 21, 2023 02:00 pm EDT
- Original Date Offers Due: Jul 14, 2023 02:00 pm EDT
- Inactive Policy: 15 days after date offers due
- Updated Inactive Date: Aug 05, 2023
- Original Inactive Date: Jul 29, 2023
- Initiative:
- None
Classification
- Original Set Aside:
- Product Service Code: 3950 - WINCHES, HOISTS, CRANES, AND DERRICKS
- NAICS Code:
- Place of Performance: Bangor , ME 04401USA
Description
Amendment 03: The purpose of this amendment is to adjust the required minimum live safety load from 600lbs to 500lbs (2.2 KN) and the dead weight lift capacity from 1200lbs to 1100lbs, and update the Equipment List attachment to reflect the same.
Amendment 02: The purpose of this amendment is to add the provision DFARS 252.225-7059 Prohibition on Certain Procurements from The Xinjiang Uyghur Autonomous Region—Certification, add the clause DFARS 252.225-7060 Prohibition on Certain Procurements from the Xinjiang Uyghur Autonomous Region, to extend the closing date to 2pm July 21, 2023, to post answers to RFIs, and to add a diagram of the requirement.
Amendment 01: The purpose of this amendment is to update the evaluation criteria and to add Clause 52.204-27 and post answers to RFIs (see attached document).
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; quotes are being requested and a separate written solicitation will not be issued. This combined synopsis/solicitation is issued as a request for quote (RFQ) W50S83-23-Q-0002.
Oral offers will not be accepted. All firms or individuals responding must be registered with the System for Award Management (SAM) (https://www.sam.gov). Lack of proper registration in the System for Award Management will make an offeror ineligible for contract award. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2023-04 and DFARS DPN 20230609.
The Maine Air National Guard 101st Medical Group is looking to purchase four vertical lift systems to be used in our KC-135 aircraft. These systems will be used to lift both injured personnel and materials safely and quickly into the airframe. The characteristics of the system are as follows:
Lift capacity of 1100lbs dead weight and live patient load of 500lbs (2.2 KN)
Litter at least 84" (inches) long, 24" (inches) wide
Installed and deployed expeditiously
No power required to operate
Can be installed and operated by one person crew
Quotes shall conform to the following CLIN structure:
CLIN 0001: Vertical Casualty Loading System
Components:
xx
xx
xx
xx
Quotes shall be valid through 9/30/2023.
The resulting contract will be Firm Fixed Price.
The Government will award a purchase order to the contractor offering the best value considering delivery schedule, technical acceptability, and price. Offerors shall provide delivery dates for each item. The contractor shall provide pricing for items listed to include delivery to Bangor, ME 04401.
The following clauses shall be incorporated by reference in the final award:
52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards
52.204-13 System for Award Management Maintenance
52.204-18 Commercial and Government Entity Code Maintenance
52.204-19 Incorporation by Reference of Representations and Certifications
52.204-23 Prohibition on Contracting for Hardware, Software, and Services Developed or Provided by Kaspersky Lab and Other Covered Entities
52.204-27 Prohibition on a ByteDance Covered Application
52.209-6 Protecting the Government’s Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment
52.212-4 Contract Terms and Conditions-Commercial Items
52.219-6 Notice of Total Small Business Set-Aside
52.219-28 Post-Award Small Business Program Representation
52.222-3 Convict Labor
52.222-19 Child Labor
52.222-21 Prohibition of Segregated Facility
52.222-26 Equal Opportunity
52.222-36 Affirmative Action for Workers with Disabilities
52.222-41 Service Contract Act of 1965
52.222-50 Combat Trafficking in Persons
52.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving
52.232-18 Availability of Funds
52.232-33 Payment by Electronic Funds Transfer-- System for Award Management
52.232-39 Unenforceability of Unauthorized Obligations
52.233-3 Protest After Award
52.233-4 Applicable Law for Breach of Contract Claim
252.203-7000 Requirements Relating to Compensation of Former DoD Officials
252.203-7002 Requirement to Inform Employees of Whistleblower Rights
252.204-7006 Billing Instructions
252.204-7012 Safeguarding of Unclassified Controlled Technical Information
252.223-7008 Prohibition of Hexavalent Chromium
252.225-7001 Buy American Act & Balance of Payments
252.225-7060 Prohibition on Certain Procurements from the Xinjiang Uyghur Autonomous Region
252.232-7003 Electronic Submission of Payment Requests
252.232-7010 Levies on Contract Payments
5352.223-9000 Elimination of Use of Class I Ozone Depleting Substances
The following clauses shall be incorporated by full text in the final award:
52.212-5 dev. Contract Terms and Conditions Required To Implement Statutes Or Executive Orders
Fill-in text: (ix): N/A
52.252-2 Clauses Incorporated by Reference
Fill-in Text: https://acquisition.gov/
52.252-6 Authorized Deviations in Clauses
252.211-7003 Item Identification and valuation (Auth. 211.274-6 (a)(1))
Fill-in Text: (c)(1)(ii): _____N/A______
252.232-7006 Wide Area Workflow Instructions
5352.201-9101 Ombudsman
The following provisions are incorporated by reference in this solicitation:
52.204-7 System for Award Management
52.204-16 Commercial and Government Entity Code Reporting
52.212-1 Instructions to Offerors – Commercial Items
252.203-7005 Representation Relating to Compensation of Former DoD Officials
252.204-7004 Alternate A, System for Award Management
252.204-7011 Alternative Line Item Structure
252.204-7016 Covered Defense Telecommunications Equipment or Services--Representation
252.204-7017 Prohibition on the Acquisition of Covered Defense Telecommunications Equipment or Services--Representation
252.222-7007 Representation Regarding Combating Trafficking in Persons
252.225-7000 Buy American Statute – Balance of Payments Program Certificate
252.225-7059 Prohibition on Certain Procurements from The Xinjiang Uyghur Autonomous Region—Certification
The following provisions are incorporated by full text in this solicitation:
52.212-2 Evaluation – Commercial Items
Fill-in Text: (a): Price
(b): Technical Acceptability
52.212-3, Alt I Reps & Certs
52.252-1 Provisions Incorporated by Reference
Fill-in Text: https://acquisition.gov/
52.252-5 Authorized Deviations in Provisions
252.209-7992 Representation by Corporations Regarding an Unpaid Delinquent Tax Liability or a Felony Conviction Under Any Federal Law—Fiscal Year 2015 Appropriations
Any questions regarding this solicitation must be submitted in writing to the Contracting Office via email at 101.msg.msc.contracting@us.af.mil no later than Friday, 14 July 2023 4:00 p.m. EST.
Quotes must be submitted to the Contracting Office via email: 101.msg.msc.contracting@us.af.mil no later than Friday, 21 July 2023, at 2:00 p.m. EST.
Attachments/Links
Contact Information
Contracting Office Address
- KO FOR MEANG DO NOT DELETE 105 MAINEIAC AVE SUITE 505
- BANGOR , ME 04401-8005
- USA
Primary Point of Contact
- Timothy Rexrode
- 101.msg.msc.contracting@us.af.mil
- Phone Number 207-404-7107
- Fax Number 2074047177
Secondary Point of Contact
- Cameron M. Doncet Hall
- 101.msg.msc.contracting@us.af.mil
- Phone Number 2074047353
- Fax Number 2074047177
History
- Aug 05, 2023 11:55 pm EDTCombined Synopsis/Solicitation (Updated)
- Jul 13, 2023 01:38 pm EDTCombined Synopsis/Solicitation (Updated)
- Jul 07, 2023 02:37 pm EDTCombined Synopsis/Solicitation (Updated)
- Jun 23, 2023 12:42 pm EDTCombined Synopsis/Solicitation (Original)