Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 11, 2002 FBO #0130
SOLICITATION NOTICE

48 -- VALVE, CHECK; NSN: 4820-01-470-5191, Part Number: 23069740; PRON: AX2Q0082AX; Quanitiy: 100 each; Restricted to Rolls-Royce Corp., and Aviall Sevices Inc.

Notice Date
4/9/2002
 
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
DAAH23-02-T-0518
 
Response Due
5/11/2002
 
Archive Date
6/10/2002
 
Point of Contact
Richard Mullady, (256) 876-2349
 
E-Mail Address
Email your questions to US Army Aviation and Missile Command DAAH23
(richard.mullady@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 Federal Acquisition Regulation (FAR) Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes t he only solicitation; quotes are being 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 (FAC) 2001-05. The Procurement Requ est Order Number (PRON) AX2Q0082AX is being issued as a request for quote under solicitation number DAAH23-02-T-0518. This is applicable to the OH-58D turbine engine. The NSN is 4820-01-470-5191 and the Part Number is 23069740. Specification/Standard co ntrolling data, Manufacturer's Code: 63005. Manufacturer source controlling reference: 23069740. The Quantity is 100 each and will be designated as Contract Line Item Number (CLIN) 0001AA. Unit of measure is each. FOB is at Destination. The consignee for 100 each is Defense Distribution Depot Red River, Receiving Building 499, 10th Street and K Avenue, Texarkana, TX 75507-5000. Required delivery is 100 each due 150 days after contract award (DACA). Inspection and acceptance is at Origin. Offerors a re encouraged to provide earlier delivery at no additional cost to the Government. Packaging requirements are: Quantity Unit Package (QUP) [001] Interim Container Quantity [AAA]. MIL-STD-129 markings shall apply. Serial number parts shall require MIL-S TD-129 serial number markings. Loose-fill materials shredded paper, excelsior, polystyrene and other loose-fill materials are prohibited for use as cushioning/dunnage in all packaging operations. Level of Preservation (LOP) is Military and Level of Pack (LPK) is [B] in accordance with (IAW) MIL-STD-2073-1 Codes: JI/A/MP [10], JII/CD [1], JIII/PM [00], JIV/WM [ZZ], JV/CD [NA], JVI/CT [A], JVII/UC [BD], JVII/IC [D3], JIX/A/PK [Q], JX/SM [00], JVIIIA/OPI [0]. Supplemental Information: [Place thread protecto rs on both ends]. 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 52.24 6-l6, Responsibility 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 Standar dization (ISO) 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 accordan ce with American 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 t o 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 332919 and number of employees is 500. 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 a ppropriate 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 252.20 4-7004, Required 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 Order s Applicable 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 Coopera tive Agreement 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 th e responsible 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 D ispute Resolution 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 G AO. The AMC 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, A rmy Materiel 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 sla shes)www.amc.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 Cont racting Officer 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 Pur chase Quantity - 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-t he-shelf item. 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. The Government intends to solicit only to Avia ll Services Inc., since Rolls-Royce Corporation has identified them as the distributor of this product. This procurement requires pre-qualification. Firms tha t recognize 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 looki ng under Source Approval Requirement (SAR) information. All responsible sources may submit an offer, which shall be considered by the Agency. The most recent representative unit price and quantity relative to this acquisition is Contract Number DAAH23-01 -C-0287, award date September 28, 2001, unit price $870.31, quantity 210 each to Aviall Services Inc, CAGE Code 22819. The Government provides this price history without assuming the responsibility 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 Form 1449 and will contain all clauses required by Law, the Federal Acq uisition Regulation (FAR), and the Defense Federal Acquisition Regulation Supplement (DFARS) as appropriate for the dollar value of the award. Any FAR or Regulation reference incorporated within this synopsis/solicitation where the offeror is required to provide a response shall be responded to in the quote; cite the FAR or Regulation number and provide the response. In addition, quotes shall provide the following information: 1. FOB point, if other than Destination. 2. Furnish vendors part number(s) i f 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, Attention: Richard Mullady, Redstone Arsenal, AL 35898-5280, AMSAM-AC-LS. Reference RFQ DAAH23-02-T-0518. See Numbered Note 23.
 
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
SN00055739-W 20020411/020410063622 (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.