Montana Bids > Bid Detail

C-130J NP-2000 Propeller Maintenance & Storage Stand

Agency: DEPT OF DEFENSE
Level of Government: Federal
Category:
  • 17 - Aircraft Launching, Landing, and Ground Handling Equipment
Opps ID: NBD00159559716970151
Posted Date: May 17, 2023
Due Date: Jun 1, 2023
Solicitation No: W50S7L23Q0003
Source: https://sam.gov/opp/9bb095c407...
Follow
C-130J NP-2000 Propeller Maintenance & Storage Stand
Active
Contract Opportunity
Notice ID
W50S7L23Q0003
Related Notice
W50S7L23P0003
Department/Ind. Agency
DEPT OF DEFENSE
Sub-tier
DEPT OF THE ARMY
Major Command
NGB
Office
W7NK USPFO ACTIVITY MTANG 120
Looking for contract opportunity help?

Procurement Technical Assistance Centers (PTACs) are an official government contracting resource for small businesses. Find your local PTAC (opens in new window) for free government expertise related to contract opportunities.

General Information
  • Contract Opportunity Type: Combined Synopsis/Solicitation (Original)
  • All Dates/Times are: (UTC-06:00) MOUNTAIN STANDARD TIME, DENVER, USA
  • Original Published Date: May 17, 2023 12:36 pm MDT
  • Original Date Offers Due: Jun 01, 2023 10:00 am MDT
  • Inactive Policy: 15 days after date offers due
  • Original Inactive Date: Jun 16, 2023
  • Initiative:
    • None
Classification
  • Original Set Aside: Total Small Business Set-Aside (FAR 19.5)
  • Product Service Code: 1730 - AIRCRAFT GROUND SERVICING EQUIPMENT
  • NAICS Code:
    • 336413 - Other Aircraft Parts and Auxiliary Equipment Manufacturing
  • Place of Performance:
    Great Falls , MT 59404
    USA
Description

This is a combined synopsis/solicitation for commercial products or commercial services 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. Offerors shall be active in the System for Award Management (SAM) prior to the closing date of this synopsis/solicitation.



(ii) The solicitation number for the procurement is W50S7L23Q003 and is issued as a request for proposal (RFP).



(iii) A statement that the solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2032-02 Effective 3/16/2023.



(iv) This procurement is a Total Small Business Set-Aside (FAR 19.5). NAICS code: 336413 with a size standard of 1,250 employees.



(v) The salient characteristics associated with this procurement are:



The Montana Air National Guard, Great Falls, MT is requesting small business companies to provide a NP-2000 propeller maintenance stand. This stand will be used for storage and for completing maintenance. Funding is currently available for this acquisition.



Maintenance Stand for Propellers



This maintenance propeller stand will be utilized on C-130H’s or E-2 Hawkeye modified with the NP-2000 propeller system. The trailer would be universal to both airframes. This trailer/stand will be utilized for ground maintenance and storage of propellers.



NP-2000 propeller (with spinner) has a total weight of 1,078lbs. Stand shall be designed in a way that allows for storage of none, one, or two propellers at any given time. Design shall ensure that the stand can be used for maintenance and moved without tipping.



Footprint of stand/trailer shall be determined by designers that would account of the propeller weight.



Stand



Stand shall hold two props vertically on opposing sides with the rear of both props facing the middle work platform.



Must be mobile by hand and with a tow bar with a Lunette ring. Tow bar must be either removable or stowable as to not present a trip hazard.



Must have the ability to “lock” the entire stand into place to prevent uncontrolled/wanted movement.



Rear of the Props must be easily accessible for maintenance actions. With a work platform big enough and rated for 3 people. Personnel max approx. weight 750 LB. 3000LB total capacity to include both propellers.



Ability to rotate the prop 360 degrees and lock from spinning during maintenance.



Engineered to be useable and mobile with only one prop mounted without balance issues or presenting a tipping hazard



Railing to prevent a fall hazard and eliminate any need for fall arrest harnesses. Min 42 inches per OSHA. Railing height kept to the shortest possible height.



Prop mounting shaft rough dimensions. Cylindrical 11 inches long, 4 ½ inches in diameter. Retaining nut to secure the prop.



Additional Items



Propeller mount should be as far inboard as possible to allow for maintenance while maintaining enough blade clearance to adequately, safely and without impediment, rotate the propeller with the blades at any pitch.



Approximately 9ft 4in to the prop mounting shaft from ground level. Mount should be high enough to allow for adequate clearance from the ground while not being overly lofty making access the front of the propeller while mounted difficult.



Work platform will require access via a stairwell allowing maintenance personnel to access it while carrying tools/equipment.



Quote shall include the cost of delivery and installation if necessary.



The manufacturer shall supply all manuals such as operation instructions, parts lists, and diagrams. Furthermore, the manufacturer shall supply any other data pertinent to the operation of the unit.



Prospective proposals shall include a conceptual drawing of the maintenance stand that will be designed and assembled. This information will not be shared with anyone outside of this acquisition, unless required by law.



Stand commercial warrant shall apply.





CLIN 0001 - NP2000 Propeller Stand



CLIN 0002 - Delivery to 2800 Airport Ave B, Great Falls, MT 59404



All proposals shall include the proposed delivery date





The following provisions and clauses apply to this acquisition:



FAR 52.212-1, Instructions to Offerors-Commercial Products and Commercial Services (NOV 2021)



FAR 52.212-2, Evaluation-Commercial Products and Commercial Services (NOV 2021)



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. All evaluation factors shall approximately be equal to cost or price:



i) Technical capability of the item offered to meet the Government requirement



ii) Price



III) Past Performance



52.204-24 Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment (Nov 2021)



FAR 52.212-3 Alt 1, Offeror Representations and Certifications-Commercial Products and Commercial Services (Dec 2022)



FAR 52.212-4, Contract Terms and Conditions-Commercial Products and Commercial Services (Dec 2022)



FAR 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Products and Commercial Services



FAR 52.219-1 Utilization of Small Business Concerns (DEVIATION 2023-O0002) (Mar 2023)



FAR 52.222-50 Combating Trafficking in Persons (Nov 2021)



FAR 52.232-39 Unenforceability of Unauthorized Obligations (Jun 2013)



DFARS 252.203-7000 Requirements Relating to Compensation of Former DoD Officials (Sep 2011)



DFARS 252.204-7000 Disclosure of Information (Oct 2016)



DFARS 252.204-7008 Compliance with Safeguarding Covered Defense Information Controls (Oct 2016)



DFARS 252.204-7012 Safeguarding Covered Defense Information and Cyber Incident Reporting (Jan 2023)



DFARS 252.204-7016 Covered Defense Telecommunications Equipment or Services— Representation (Dec 2019)



DFARS 252.204-7017 Prohibition on the Acquisition of Covered Defense Telecommunications Equipment or Services—Representation (May 2021)



DFARS 252.204-7018 Prohibition on the Acquisition of Covered Defense Telecommunications Equipment or Services (Jan 2023)



DFARS 252.225-7000 Buy American--Balance of Payments Program Certificate (Nov 2014)



DFARS 252.225-7055 Representation Regarding Business Operations with the Maduro Regime (May 2022)



DFARS 252.225-7056, Prohibition Regarding Business Operations with the Maduro Regime (Jan 2023)



DFARS 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports (Dec 2018)



DFARS 252.232-7006 Wide Area WorkFlow Payment Instructions (Jan 2023)



(xv) Request for Proposals are due 1 June 2023 by 10:00am MST to anthony.barille@us.af.mil



(xvi) Questions regarding this solicitation shall be emailed to MSgt Anthony Barille, no later than 12:00 PM MST 24 May 2023. Questions and answers will be consolidated into a single Q&A document on a non-attribution basis and posted into the solicitation.



(xvii) Please contract MSgt Anthony Barille with any questions relating to this requirement.



Phone: 406-791-0246



Email: anthony.barille@us.af.mil


Attachments/Links
Contact Information
Contracting Office Address
  • KO FOR MTANG DO NOT DELETE 2800 AIRPORT AVE B
  • GREAT FALLS , MT 59404-5570
  • USA
Primary Point of Contact
Secondary Point of Contact


History

TRY FOR FREE

Not a USAOPPS Member Yet?

Get unlimited access to thousands of active local, state and federal government bids and awards in All 50 States.

Start Free Trial Today >