Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 08, 2002 FBO #0096
SOLICITATION NOTICE

29 -- Filter Element, Lubr Qty: 475

Notice Date
3/6/2002
 
Notice Type
Solicitation Notice
 
Contracting Office
US Army Aviation and Missile Command DAAH23, ATTN: AMSAM-AC, Building 5303, Martin Road, Redstone Arsenal, AL 35898-5280
 
ZIP Code
35898-5280
 
Solicitation Number
DAAH2302T0435
 
Response Due
3/22/2002
 
Archive Date
4/21/2002
 
Point of Contact
Chiquita Porter, 256-955-9311
 
E-Mail Address
Email your questions to US Army Aviation and Missile Command DAAH23
(chiquita.porter@redstone.army.mil)
 
Small Business Set-Aside
N/A
 
Description
NA 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; quotes are bein g requested and a written solicitation will not be issued. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2001-04. The Procurement Request Order Number (PRON) AX149462AX is being issued as a request for quote under solicitation number DAAH2302T0435. This is applicable to the T-63 turbine engine. The NSN is 2945-00-923-0439 and the Part Number is 6870032. Spec/Std controlling data, Manufacturers Code: 63005. Mfr source controll ing reference: 6870032. The Quantity is 475 and will be designated as Contract Line Item Number (CLIN) 0001AA. Unit of measure is each. FOB is at Origin. The consignee for 188 each is DEF DIST DEPOT RED RIVER, RECEIVING BLDG 499, 10TH STREET AND K AVEN UE, TEXARKANA, TX 75507-5000 and for 287 each is XU DEF DIST DEPOT SAN JOAQUIN, TRANSPORTATION OFFICER, P.O. BOX 960001, STOCKTON, CA 95296-0130. Required delivery is 475 due 120 Days After Award (DAA). Inspection and acceptance is at Origin. Offerors are encouraged to provide earlier delivery at no additional cost to the Government. Packaging requirements are: Quantity Unit Package (QUP) [001]. MIL-STD-129 markings shall apply. Serial number parts shall require MIL-STD-129 serial number markings. L evel of Preservation (LOP) is Military and Level of Pack (LPK) is [B] in accordance with (IAW) MIL-STD-2073-1 Codes: JI/A/MP [41], JII/CD [1], JIII/PM [00], JIV/WM [00], JV/CD [NA], JVI/CT [B], JVII/UC [ED], JVII/IC [00], JIX/A/PK [F], JX/SM [00], JVIIIA/O PI [0]. The following clauses are incorporated into this synopsis/solicitation: FAR 52.246-11, Higher-Level Contract Quality Requirement (Feb 1999). Insert in FAR 52.246-11, ?the Contractor shall comply with ISO 9002 or equivalent?. FAR 52.246-l6, Respo nsibility for Supplies (Apr 1984). AMCOM Regulation 52.246-4003, Terminology/Calibration (USAAMCOM) (AUG 1996). Full text for clause 52.246-4003 reads: (a) Terminology. Terminology shall be as defined by International Organization for Standardization (I SO) 8402, Quality Management and Quality Assurance - Vocabulary. (b) Calibration. (Applicable if a military or a commercial quality system is selected for use.) The calibration of Test, Measurement and Diagnostic Equipment shall be in accordance with Ame rican National Standards Institute/National Conference of Standards Laboratories (ANSI/NCSL) Z540-1-1994 (General Requirements for Calibration Laboratories and Measuring and Test Equipment) or ISO 10012-1:1992 (Quality Assurance Requirements for Measuring Equipment). (End of clause) FAR 52.211-14, Defense Priority Rating for National Defense Use (Sep 1990): certified for national defense under the Defense Priority and Allocations System (DPAS) (15 CFR 700) as DOA1. FAR 52.212-1, Instructions to Offerors - Commercial Items (Oct 2000). Within FAR 52.212-1(c), the number ?30? is changed to read ?90?. FAR 52.212-3, Offeror Representations and Certifications - Commercial Items (Feb 2002). The North American Industry Classification System (NAICS) code is 336 412 and number of employees is 1000. FAR 52.212-4, Contract Terms and Conditions - Commercial Items (Dec 2001). FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items (Dec 2001). The appropriate clauses under paragraph (b) of FAR 52.212-5 are as follows: (1) FAR 52.203-6, Restrictions on Subcontractor Sales to the Government, with Alternate I (41U.S.C. 253g and 10 U.S.C. 2402); (11) FAR 52.222-21, Prohibition of Segregated Facilities (Feb 1999); (12) FAR 52.222-26, Equal Opportunity (E.O. 11246); (13) FAR 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (38 U.S.C. 4212); (14) FAR 52.222-36, Affirmative Action for Workers with Disabilities (29 U.S.C. 793); (15) 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (38 U.S.C. 4212); (21) FAR 52.225-13, Restriction on Certain Foreign Purchases (E.O. 12722, 12724, 13059, 13067, 13121, and 13129); and (24) FAR 52.232-33, Payment by Electronic Funds Transfer ? Central Contractor Registration (31 U.S.C.3332). DFARS 252.204-7004, Re quired Central Contractor Registration (Nov 2001). DFARS 252.212-7000, Offeror Representations and Certifications ? Commercial Items (Nov 1995). DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicab le to Defense Acquisitions of Commercial Items (Nov 2001). The appropriate clauses of DFARS 252.212-7001(a) and (b) are: (a) - FAR 52.203-3, Gratuities (Apr 1984) (10 U.S.C. 2207) and (b) - DFARS 252.205-7000, Provision of Information to Cooperative Agree ment Holders (Dec 1991) (10 U.S.C. 2416), DFARS 252.219-7003, Small, Small Disadvantaged and Women-Owned Small Business Subcontracting Plan (DoD Contracts) (Apr 1996) (15 U.S.C. 637), and FAR 252.225-7001, Buy American Act and Balance of Payments Program ( Mar 1998) (41 U.S.C. 10a-10d, E.O. 10582). FAR 52.233-4000, AMC-Level Protest Program (Oct 1996), which reads in full text, ?If you have complaints about this procurement, it is preferable that you first attempt to resolve those concerns with the responsi ble Contracting Officer. However, you can also protest to Headquarters, Army Materiel Command (AMC). The HQ, AMC-Level Protest Program is intended to encourage interested parties to seek resolution of their concerns within AMC as an Alternative Dispute Res olution forum, rather than filing a protest with the General Accounting Office (GAO) or other external forum. Contract award or performance is suspended during the protest to the same extent, and within the same time periods, as if filed at the GAO. The AM C Protest decision goal is to resolve protests within 20 working days from filing. To be timely, protests must be filed within the periods specified in FAR 33.103. Send protests (other than protests to the Contracting Officer) to: Headquarters, Army Materi el Command, Office of Command Counsel, ATTN: AMCCC-PL, 5001 Eisenhower Avenue, Alexandria, VA 22333-0001, Facsimile number (703) 617-4999/5680, Voice Number (703) 617-8176, The AMC-level protest procedures are found at: http:(insert 2 forward slashes)www.a mc.army.mil/amc/command_counsel/protest/protest.html (The double forward slashes constitute a print processing command, hence cannot be shown above. Please insert when accessing the website.) If Internet access is not available, contact the Contracting Of ficer or HQ, AMC to obtain the AMC-Level Protest Procedures. (End of Provision)? FAR 52.252-1, Solicitation Provisions Incorporated by Reference (Feb 1998). FAR 52.252-2, Clauses Incorporated by Reference (Feb 1998). FAR 52.207-4, Economic Purchase Quan tity - Supplies (Aug 1987). Justification for other than full and open competition is FAR 6.302-1, Only One Responsible Source and No Other Supplies or Services Will Satisfy Agency Requirements. This part is a commercial/non-developmental/off-the-shelf i tem. As such, it is now governed by the Federal Aviation Administration (FAA) rules. Current FAA approved sources are Rolls-Royce Corp., Cage Code: 63005 and Aviall Services Inc, Cage Code 22819. This procurement requires prequalification. Firms that r ecognize and can produce the required item described above are encouraged to identify themselves. Firms are encouraged to seek source approval in order to compete for future solicitations by accessing the website www.redstone.army.mil/cmo/ and looking un der SAR information. All responsible sources may submit an offer, which shall be considered by the Agency. The most recent representative unit price and quant ity relative to this acquisition is Contract Number DAAH23-01-P-1040, award date September 21, 2001, unit price $23.81, quantity 1103 each to Wire Cloth Filter Mfg. Co., Cage Code: 94330. The Government provides this price history without assuming the res ponsibility for any resulting conclusions or interpretations that may be made. The price history is provided for informational purposes only and should not be relied upon as a basis for offer/bid. Any award resulting from this RFQ will be issued on SF Fo rm 1449 and will contain all clauses required by Law, the Federal Acquisition Regulation (FAR), and the Defense Federal Acquisition Regulation Supplement (DFARS) as appropriate for the dollar value of the award. Any FAR/Regulation incorporated within this synopsis/solicitation where the offeror is required to provide a response shall be responded to in the quote; cite the FAR/Regulation number and provide the response. In addition, quotes shall provide the following information: 1. FOB point, if other th an Origin. 2. Furnish vendors part number(s) if other than listed with each item. 3. Point(s) of shipment, performance, preservation, packaging and marking. Quotes may be submitted in contractor format. Proposals should be submitted to Commander, U.S . Army Aviation and Missile Command, Acquisition Center, Redstone Arsenal, AL 35898-5280, AMSAM-AC-LS. Reference RFQ DAAH2302T0435.
 
Place of Performance
Address: US Army Aviation and Missile Command DAAH23 ATTN: AMSAM-AC, Building 5303, Martin Road Redstone Arsenal AL
Zip Code: 35898-5280
Country: US
 
Record
SN00037062-W 20020308/020307124928 (fbodaily.com)
 
Source
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  © 1994-2020, Loren Data Corp.