Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 12, 2002 FBO #0131
MODIFICATION

15 -- MCDONNELL DOUGLAS DC-10-30 OR 40 SERIES AIRFRAME

Notice Date
4/10/2002
 
Notice Type
Modification
 
Contracting Office
US Army Robert Morris Acquisition Center, APG Contracting Div., Aberdeen Branch, ATTN: AMSSB-ACC-A, 4118 Susquehanna Avenue, Aberdeen Proving Ground, MD 21005-3013
 
ZIP Code
21005-3013
 
Solicitation Number
DAAD05-02-T-0328
 
Response Due
4/16/2002
 
Archive Date
5/16/2002
 
Point of Contact
Kathleen Wissler, 410-278-0891
 
E-Mail Address
Email your questions to US Army Robert Morris Acquisition Center, APG Contracting Div., Aberdeen Branch
(KATHLEEN.WISSLER@SBCCOM.APGEA.ARMY.MIL)
 
Small Business Set-Aside
N/A
 
Description
NA This is a revised 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 revised synopsis/solicitation is being issued solely to revise the requirement from a DC-10-40 series airframe to a DC-10-30 or 40 series airframe, and to provide the correct internet address for CCR as www.ccr.gov. The date for submission of proposals is NOT being extended. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. The combined synopsis/solicitation number is DAAD05-02-T-0328. This requirement is a brand name or equal and shall be awarded on an all or none basis. If pro viding equal, provide sufficient description/descriptive literature of the physical, functional, or performance characteristics of the item for comparison purposes. CLIN 0001 McDonnell Douglas DC-10-30 or 40 Series Airframe. The contractor shall remove a nd retain certain parts, materials, units and/or assemblies from the aircraft of which the airframe is a part. The contractor shall ensure that the following items remain intact: the complete landing gear assemblies; all passenger, emergency exits and c argo hold doors and associated mechanisms for opening, closing and latching; the flight deck door and bulkhead structure; all overhead passenger stowage bins; all passenger seats; all cargo compartment cargo handling mechanisms and liners; all aircraft env ironmental and venting systems; all flight deck and passenger windows, all main deck sidewalls panels; and, aircraft must be able to hold a pressure to a minimum of 7.5 psi differential. The Government agrees that the contractor may, upon delivery, remove other materials including but not limited to: engines, the auxiliary power unit, all avionics and instrumentation, flight control surfaces, hydraulic system components, electrical system components, and interior components. For a complete copy of the St atement of Work, please request it by email Kathleen.Wissler@sbccom.apgea.army.mil. Requisition Numbers W81C5M20870006. Acceptance shall be at Destination. Shipping shall be FOB Destination. Period is performance is 3 months. Delivery shall be to Phill ips Airfield, Aberdeen Proving Ground, MD. The provision at 52.212-1, Instructions to Offerors--Commercial, applies to this acquisition. The provision at 52.212-2, Evaluation--Commercial Items applies to this acquisition; fill-ins in Paragraph (a) are Pr ice and Past Performance and less important than price. A completed copy of the provision at 52.212-3, Offeror Representations and Certifications--Commercial Items, must be provided with offers. The clause at 52.212-4, Contract Terms and Conditions--Commer cial Items, applies to this acquisition. The clause at 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders--Commercial Items, applies to this acquisition. Additional FAR clauses cited in this clause are applicable: (1 ) 52.203-6, Restrictions on Subcontractor Sales to the Government, with Alternate I (41 U.S.C. 253g and 10 U.S.C. 2402), (2) 52.219-4, Notice of Price Evaluation Preference for HUBZone Small Business Concerns (Jan 1999) (if the offeror elects to waive the preference, it shall so indicate in its offer), (3) 52.219-8, Utilization of Small Business Concerns (15 U.S.C. 637 (d)(2) and (3)), (4) 52.222-21 Prohibition of Segregated Facilities (Feb 1999), (5) 52.222-26 Equal Opportunity, (6) 52.222-35 Affirmative A ction For Disabled Veterans and Veterans of the Vietnam Era, (7) 52.222-36 Affirmative Action For Workers with Disabilities, (8) 52.222-37, Employment Reports on Disabled Veterans and Veterans of the Vietnam Era (38 U.S.C. 4212), (9) 52.222-19, Child Labor --Cooperation with Authorities and Remedies (E.O. 13126), (10) 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration (May 1999), and ( 11) 252.204-7004 Required Central Contractor Registration. The full text of the FAR references may be accessed electronically at this address: http://farsite.hill.af.mil. Responses to this RFQ must be signed, dated, and received via electronic mail or fax by 16 April 2002 no later than 9:00 AM EST at the Robert Morris Acquisition Center, AMSSB-ACC-AT (Kathleen Wissler), 4118 Susquehanna Avenue, Aberdeen Proving Ground, MD 21005-3013. Vendors who are not registered in the Central Contractor Registration (CCR ) database prior to award will not be considered. Vendors may register with CCR by calling 1-800-334-3414 or by registering online at www.ccr.gov. For questions concerning this solicitation contact Kathleen Wissler, Contracting Officer, at (410) 278-0891, fax (410) 278-0900, or email Kathleen.Wissler@sbccom.apgea.army.mil.
 
Place of Performance
Address: US Army Robert Morris Acquisition Center, APG Contracting Div., Aberdeen Branch ATTN: AMSSB-ACC-A, 4118 Susquehanna Avenue Aberdeen Proving Ground MD
Zip Code: 21005-3013
Country: US
 
Record
SN00056469-W 20020412/020410213305 (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.