To place a bid or register go to Unison Marketplace

View Details for Buy # 1044647

General Buy Information

Buy #: 1044647  
Solicitation #: W911RX-20-Q-0063
Buy Description: 1 CAB Aviation Maintenance Stands
Category: 17 -- Aircraft Launching, Landing, and Ground Handling Equipment
Sub Category: 1730 -- Aircraft Ground Servicing Equipment
NAICS: 336413 -- Other Aircraft Parts and Auxiliary Equipment Manufacturing
SAM Contract Opportunity: Yes (If Yes, buys prior to 11/2019 were posted to FBO)
Set-Aside Requirement: Small Business
Buyer: MICC Fort Riley
End Date: 09/21/2020
End Time: 11:00 ET
Seller Question Deadline: 9/16/2020 - 12:00 ET
Delivery: 90 Day(s) - Preferred (No. of calendar days after receipt of order (ARO) by which Buyer prefers Seller to deliver)

Line Item(s) Template - Optional

You have the option of entering Bid information manually by clicking Start Bid or you can prepare your Bid in an Excel spreadsheet by clicking Download Template. Complete the template using the instructions provided in the spreadsheet and save the file to your computer. When complete, login to Unison Marketplace and click Start Bid. Proceed to the Line Items screen to upload the information.

Line Item(s)

Item No Description Qty Unit
001 Brand name or equal for: Manufacturer: SPIKA P/N# SPUM-SPUM-4015 designed for UH-60 airframe maintenance. **See UH-60 Maintenance Stand Specs SPUM-4015 document attached for salient requirements** **if offering an equal product include non price drawing, picture, and detailed description in the attached PDF. 1 EA
002 Brand name or equal for: Manufacturer: SPIKA P/N# SPUMG47-4045 designed for CH-47 airframe maintenance. **See CH-47 Maintenance Stand Specs SPUMG47-4045 document attached for salient requirements** **if offering an equal product include non price drawing, picture, and detailed description in the attached PDF. 1 EA
003 Brand name or equal for: Manufacturer: SPIKA AH-64 Wraparound Maintenance System - Front Section designed for AH-64 airframe maintenance. **See AH-64 Maintenance Stand Specs document attached for salient requirements** **if offering an equal product include non price drawing, picture, and detailed description in the attached PDF. 2 EA
004 Brand name or equal for: Manufacturer: SPIKA AH-64 Wraparound Maintenance System - Tail Section designed for AH-64 airframe maintenance. **See AH-64 Maintenance Stand Specs document attached for salient requirements** **if offering an equal product include non price drawing, picture, and detailed description in the attached PDF. 2 EA
005 Brand name or equal for: Manufacturer: SPIKA AH-64 Phase - Onboard Electric - Weatherproof Upgrade for onboard weatherproof electric hookups for the full system. 1 box with 4 ports per deck **See AH-64 Maintenance Stand Specs document attached for salient requirements** **if offering an equal product include non price drawing, picture, and detailed description in the attached PDF. 12 EA
006 Brand name or equal for: Manufacturer: SPIKA AH-64 - Under Deck Lighting - Weatherproof Upgrade for weatherproof under deck lighting; includes light and mounting bracket, six lighs per AH-64 system.**See AH-64 Maintenance Stand Specs document attached for salient requirements** **if offering an equal product include non price drawing, picture, and detailed description in the attached PDF. 12 EA
007 Brand name or equal for: Manufacturer: SPIKA AH-64 - Deck Matting Upgrade for ergonomic deck matting.**See AH-64 Maintenance Stand Specs document attached for salient requirements** **if offering an equal product include non price drawing, picture, and detailed description in the attached PDF. 2 EA
008 Brand name or equal for: Manufacturer: AH-64 18" x 36" tool tray that attaches to handrail. **See AH-64 Maintenance Stand Specs document attached for salient requirements** **if offering an equal product include non price drawing, picture, and detailed description in the attached PDF. 12 EA
009 Brand name or equal for: Manufacturer: SPIKA P/N# SS60-72X26.5-29 Trestle to support the H-60 at stations 217 and 308 when landing gear is removed. **See UH-60 trestles and tail Stands Specs document attached for salient requirements** **if offering an equal product include non price drawing, picture, and detailed description in the attached PDF. 2 EA
010 Brand name or equal for: Manufacturer: SPIKA P/N# SWM-BSS379-398 Double trestle to support the H-60 at stations 379 and 398 when landing gear is removed. **See UH-60 trestles and tail Stands Specs document attached for salient requirements** **if offering an equal product include non price drawing, picture, and detailed description in the attached PDF. 1 EA
011 Brand name or equal for: Manufacturer: SPIKA P/N# TB60-17X24-30 Tail boom stand to support the H-60 at station 485. **See UH-60 trestles and tail Stands Specs document attached for salient requirements** **if offering an equal product include non price drawing, picture, and detailed description in the attached PDF. 1 EA
012 Brand name or equal for: Manufacturer: SPIKA P/N# TB60-17X41-63.5 Tail boom stand to support the H-60 at station 605. **See UH-60 trestles and tail Stands Specs document attached for salient requirements** **if offering an equal product include non price drawing, picture, and detailed description in the attached PDF. 1 EA
013 Metal Storage Cabinet; 16" wide x 38" long x 17" tall. 12 EA

Bidding Requirements

Instructions
In addition to providing pricing through the marketplace, Sellers MUST include certain non-pricing information as document(s) attached to their Bid, so they are received no later than the closing date and time of this Buy. Pricing will not be accepted if it is included in the attachment(s). Attachment(s) can total no more than 20 MB, whether multiple files or one file, and may be zipped to decrease their size. A Seller's failure to comply with these terms may result in its Bid being determined to be non-responsive. The attachment(s) must include the following non-pricing information: Sellers shall fill out the vendor submission box in each attachment for each specification for items that they're submitting as equal to the Brand Name in the Solicitation.
Open Market bids are accepted in this solicitation; however, please refer to the specifications below, including 'Set-Aside Requirement' provision, for additional requirements.
The Buyer is allowing Sellers to submit bids for alternate items, provided those items meet all of the salient physical, functional, or performance characteristics specified by this solicitation. Sellers MUST enter exactly what they are bidding (including make, model and description) into the blank description field in order for the bid to be considered. The Buyer will evaluate 'equal' items on the basis of information furnished by the Seller or identified in the bid and reasonably available to the Buyer. The Buyer is not responsible for locating or obtaining any information not identified in the Bid.
The Buyer is requiring that any rebid must be lower than the 'current bid price' by this amount. The reduction is based on the total order and must be satisfied within the rebid minimum.
Buyer intends to issue award using a purchase order or delivery order. Bids from Sellers unable to accept purchase orders or delivery orders will not be considered for award.
This solicitation is a Small Business Set-Aside and only qualified Sellers can bid.
Buyers and Sellers agree to conduct this transaction through Unison Marketplace in compliance with the Unison Marketplace Terms of Use. Failure to comply with the below terms and conditions may result in offer being determined as non-responsive.
Sellers understand that the Marketplace ranks all Bids by price; however, pursuant to applicable acquisition regulations and/or departmental guidelines, Buyers may use criteria other than price to evaluate offers. Accordingly, please note that, unless otherwise specified in the Buy Terms, below, to the extent required by applicable regulations and/or guidelines, award will be made to the responsible Seller whose offer conforming to the solicitation will be most advantageous to the Buyer on the basis of price, technical capability, delivery, and past performance.
Interested offerors must submit any questions concerning the solicitation at the earliest time possible to enable the buyer to respond. Questions can be submitted by using the 'Questions & Responses' link. Questions not received within a reasonable time prior to close of the solicitation may not be considered.
Unless otherwise specified in the Buy Terms, below, Bid must be good for 30 calendar days after close of Buy and shipping must be free on board (FOB) destination CONUS (Continental U.S.)

Buy Terms

Name Description
Fort Riley Competition Terms and Contract Type-Attention Offerors All of Fort Riley's buy terms apply to this solicitation. The following Combined Synopsis/Solicitation is a Request for Quote (RFQ)competed IAW FAR PART 13, Simplified Acquisition Procedures; FAR PART 12, Commercial Items. Quotes failing to met all the terms and conditions of this solicitation; to include buy terms, line item descriptions, and attachments, may not be evaluated for award. One (1) firm-fixed price (FFP) contract will be awarded as a result of this solicitation. Any reference to the term "BID" in this solicitation is used synonymously with the word "QUOTE". Please see FAR 13.004-Legal effect of quotations.
Set-Aside Requirement Far Clause 52.219-6 and 52.219-6 Alternate 1 Notice of total Small Business Set Aside Alternate 1 is applicable when the SBA waived the non-manufacturer rule. See current Class Waivers at http://www.sba.gov/content/class-waivers.
Questions/Clarifications Deadline Interested Offerors should submit any questions concerning the solicitation at the earliest time possible to enable the Government to respond. Questions shall be submitted by using the 'Submit a Question' button. Questions not received prior to the close of this solicitation may not be considered.
System for Award Management (SAM) Requirement IAW 52.212-1(k): Unless exempted by an addendum to this solicitation, by submission of an offer, the Offeror acknowledges the requirement that a prospective awardee shall be registered in the SAM database prior to award, during performance and through final payment of any contract resulting from this solicitation. If the Offeror does not become registered in the SAM database before the close of the solicitation, the Contracting Officer will proceed to award to the next otherwise successful registered Offeror. Offerors may obtain information on registration and annual confirmation requirements via the SAM database accessed through https://www.acquisition.gov. Registration information can be found at www.sam.gov.
NAICS Code and Size Standard The applicable NAICS code for this procurement is 336413 with the related size standard of 1,250 employees. The Offeror shall be actively registered with that NAICS or a similar NAICS with the appropriate size standard prior to Award to be considered for any resulting contract. Failure to be properly registered under the appropriate size standard during evaluation and/or at the time of award deems the offer ineligible for award. A similar NAICS Code with the appropriate size standard other than the NAICS Code identified in this buy term may be used as a factor to determine technical capability. (Size standards do not apply to unrestricted set-aside solicitation/RFQ).
Offer Period Quote shall be good for 30 calendar days from the date of the quote submission.
Electronic Submission of Payments In accordance with DFARS 252.232-7003, "Electronic Submission of Payment Requests and Receiving Reports", the contractor shall submit their payment request electronically using the Wide Area Workflow (WAWF). The WAWF website is located at https://wawf.eb.mil. There is no charge to use WAWF. Contractors shall register to use WAWF at this website and ensure an electronic business point of contact (POC) is designated in the System for Award Management (SAM) at https://www.sam.gov. Contractor training is available at the website Home Page, under "about WAWF". Contractors may contact the WAWF Customer Support for assistance toll free at 866-618-5988; commercial: 801-605-7095; Fax commercial: 801-605-7453 or CSCASSIG@CSD.DISA.MIL.
Technical Evaluation of Quotes (Brand Name or Equal) If an item in this solicitation is identified as "brand name or equal," the purchase description reflects brand name as well as the characteristics and level of quality that will satisfy the Government’s needs. The salient physical, functional, or performance characteristics that "equal" products must meet are specified in the solicitation. To be considered for award, offers of "equal" products, including "equal" products of the brand name manufacturer, must meet the salient physical, functional, or performance characteristic specified in this solicitation; clearly identify the item by brand name and make or model number; Include descriptive literature such as illustrations, drawings, or a clear reference to previously furnished descriptive data or information available to the Contracting Officer; and Clearly describe any modification the offeror plans to make to a product to in order for the product to conform to the solicitation requirements. Mark any descriptive changes to clearly show the modification. The Contracting Officer is not responsible for locating or obtaining any information not identified in the offer. Unless the offeror clearly indicates in its offer that the product being offered is an "equal" product, the offeror shall provide the brand name product referenced in the solicitation. Offeror attachments (shall be returned as part of your quote). In addition to providing pricing, Offeror shall include certain non-pricing information as attached document(s) to their quote, so they are received no later than the closing date and time of this solicitation. Attachment(s) can total no more than 20 MB, whether multiple files or one file, and may be zipped to decrease their size. Pricing will not be accepted if it is included in the attachment(s). An Offeror’s failure to comply with these terms may result in the quote being determined incomplete. The incomplete quote will be considered not in conformance with the solicitation will be and shall not be evaluated.
Shipping Condition Far Clause 52.247-34 Free on Board (FOB) destination applies. Shipping shall be FOB destination CONUS (Continental U.S.), which means that the Offeror shall deliver the goods on its conveyance at the destination specified by the Government, and the Offeror is responsible for the cost of shipping and risk of loss prior to actual delivery at the specified destination
Delivery/Installation Requirement Delivery shall be made within the specified number of days after receipt of order (ARO). The Offeror shall provide within its offer the number of days required to make delivery after it receives a contract from the Government. The Contractor shall NOT make partial line item shipments against any resulting contract issued as a result of this solicitation unless otherwise specified within the quote submitted.
Provisions and Clauses under FAR PART 13.5 (value at or greater than $150,000) The Federal Acquisition Regulation (FAR) and Department of Defense Federal Acquisition Regulations (DFARS) are incorporated in this contract by reference, to implement provisions of law or Executive orders applicable to acquisitions of commercial items valued over the SAT ($150,000.00) and as applicable. Upon request, the Contracting Officer will make their full text available. Also, the full text of a solicitation provision may be accessed electronically at this address: http://farsite.hill.af.mil and/or http://www.acqnet.gov/far. Provisions: 252.247-7022, 52.209-5, 52.216-1, and 52.209-7 Solicitations and Contracts valued at $1M or above when applicable: 252.205-7000 Clauses: 52.203-6, 52.219-8,52.222-40, 52.222-54,52 52.203-16, 52.203-17, 52.204-4, 52.204-13, 52.203-3, 52.202-1, 52.232-17, 52.222-40, 52.209-9, 52.203-6, 252.205-7000, 252.225-7012, 252.246-7000, and 252.226-7001 Solicitations and Contracts valued at $650,000.00 or above: 52.219-9 Solicitations and Contracts valued at $150,000.00 or above when applicable: 52.223-9 (EPA)
Filing a Protest FedBid is NOT a forum for filing protests against the Government. Attempts to file protests through FedBid will not be considered legitimate as they do not conform to the requirements in the Federal Acquisition Regulation (FAR). It is preferable that protests be resolved as quickly as possible at the lowest level possible before considering the more formal process described below. To be timely, protests shall be filed within the periods specified in FAR 33.10. 1) All agency-level protests should be sent to the Contracting Officer for resolution. 2) The HQ, AMC-Level Protest Program is intended to encourage interested parties to seek resolution of their concerns within AMC, as an Alternate Dispute Resolution forum, rather than filing a protest with the Government Accountability Office (GAO) or other external forum. The address for filing a protest directly with AMC is: Headquarters U.S. Army Materiel Command Office of Command Counsel-Deputy Command Counsel 4400 Martin Road RM: A6SE040.001 Redstone Arsenal, AL 35898-5000 Fax: (256) 450-8840 or e-mail: usarmy.redstone.usamc.mbx.protests@mail.mil No protest under FAR Subpart 33.1 is authorized in connection with the issuance or proposed issuance of an order under a task-order contract or delivery-order contract, except for: (1) A protest on the grounds that the order increases the scope, period, or maximum value of the contract; or (2) A protest of an order valued in excess of $10M. Protests of orders in excess of $10M may only be filed with the Government Accountability Office (GAO) in accordance with the procedures at 33.104. The authority to protest the placement of an order under (a)(10)(i)(B) of this section expires on September 30, 2016, for agencies other than DoD, NASA, and the Coast Guard (41 U.S.C. 4103(d) and 41 U.S.C. 4106(f)). The authority to protest the placement of an order under (a) (10)(i)(B) of this section does not expire for DoD, NASA, and the Coast Guard. AFARS 5116.5(b) (c) Each HCA shall designate a task and delivery order ombudsman for the contracting activity. The ombudsman shall be a senior official, who is independent of the Contracting Officer and may be the Special Competition Advocate. The ombudsman shall be responsible for reviewing complaints from the contractors under multiple award task or delivery order contracts and ensuring that all the contractors are afforded a fair opportunity to be considered, consistent with the procedures in the contract. Summarize: the ombudsman will only determine if the government gave fair opportunity to a vendor who files a complaint. [AFARS Revision #25, Item XIII, dated April 1, 2010]
Instructions to Offerors - Commercial Items IAW 52.212-1(g Contract award (not applicable to Invitation for Bids) The Government intends to evaluate offers and award a contract without discussions with offerors. Therefore, the offeror’s initial offer should contain the offeror’s best terms from a price and technical standpoint. However, the Government reserves the right to conduct discussions if later determined by the Contracting Officer to be necessary. The Government may reject any or all offers if such action is in the public interest; accept other than the lowest offer; and waive informalities and minor irregularities in offers received.
Request for Debrief Under FAR Part 12 Streamlined Procedures for Commercial Acquisitions, a debrief is not required. The Government will not offer a debrief for this requirement.
FAR Part 52.212-1(f) Any offer, modification, revision, or withdrawal of an offer received at the Government office designated in the solicitation after the exact time specified for receipt of offers is "late" and may not be considered IAW with 52.212-1(f). At any time during and/or closing of the solicitation, all clarifications, discussions, or changes (as applicable) will be conducted ONLY by the Contracting Officer, MICC Fort Riley, Kansas. Any correspondence (electronic or verbal) presented to the vendor marketplace during the solicitation period by the FEDBID Staff, to include Quality Assurance, will be rejected by the Contracting Officer. No FEBBID correspondence will be accepted by MICC Fort Riley without prior coordination and approval from the Contracting Officer.
Equipment Condition New Equipment ONLY; NO remanufactured or "gray market" items. All items must be covered by the manufacturer's warranty.

Shipping Information

City State   Zip Code
Fort Riley KS   66442

Seller Attachment(s): Required

The attachment(s) must include the following non-pricing information: Sellers shall fill out the vendor submission box in each attachment for each specification for items that they're submitting as equal to the Brand Name in the Solicitation.

Buy Attachment(s)

No. Document Name   Document Size
001 AH-64_Maintenenace_Stand_Specs.pdf   38 KB
002 UH-60_trestles_and_tail_Stands_Specs.pdf   34 KB
003 UH-60_Maintenance_Stand_Specs_SPUM-4015.pdf   24 KB
004 CH-47_Maintenance_Stand_Specs_SPUMG47-4045.pdf   32 KB