Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 06, 2003 FBO #0459
SOLICITATION NOTICE

16 -- E-2T Phased Depot Maintenance

Notice Date
3/4/2003
 
Notice Type
Solicitation Notice
 
Contracting Office
Department of the Navy, Naval Air Systems Command, Naval Air Warfare Center Aircraft Division Lakehurst, Contracts Department Hwy. 547 Attn:B129-2, Lakehurst, NJ, 08733-5083
 
ZIP Code
08733-5083
 
Solicitation Number
N68335-2343-0851-2
 
Archive Date
4/3/2003
 
Point of Contact
Jessica Schoenleber, Contract Specialist, Phone 732-323-7789, Fax 732-323-2359, - Marybeth Kacek, Contracting Officer, Phone 732-323-2061, Fax 732-323-2359,
 
E-Mail Address
jessica.schoenleber@navy.mil, marybeth.kacek@navy.mil
 
Description
(i) 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; proposals are being requested and a written solicitation will not be issued. (ii) This solicitation number N68335-2343-0851 is issued as a competitive request for proposal (RFP). (iii) The solicitation and incorporated provisions and clauses are in effect through Federal Acquisition Circular 97-26. (iv) This solicitation is a small business set aside in accordance with FAR 52.219-6. NAICS is 339999. (v) Contract Line Item Numbers (CLINS) are as follows: CLIN 0001 Shaft Extension p/n GS 14905-1 qty 1; CLIN 0002 Fixture Assembly p/n GS10747 qty 1 ; CLIN 0003 Cable Assembly p/n HS7626 qty 1 ; CLIN 0004 Adapter Assembly p/n HS7629 qty 1; CLIN 0005 Gage p/n HS 7997 qty 1 ; CLIN 0006 Cable Assembly p/n HS8005 qty 1; CLIN 0007 Fixture p/n HS8026 qty 1 ; CLIN 0008 Fixture Valve Assembly p/n HS8278 qty1 ; CLIN 0009 Cable Assembly p/n HS8796 qty 1; CLIN 0010 Profile Gage p/n HS8950 qty 1; CLIN 0011 Fixture p/n HS9518 qty 1; CLIN 0012 Puller p/n HS9521 qty 1; CLIN 0013 Fixture p/n HS9561 qty 1; CLIN 0014 Adapter p/n HS9575 qty 1; CLIN 0015 Hydraulic Adapter p/n HS9576 qty 1; CLIN 0016 Straight Tube Adapter p/n HS9577 qty 1; CLIN 0017 Control Bracket p/n HS9614 qty 1. (vi) All items shall be preserved, packaged, packed, and marked in accordance with best commercial practices. Delivery shall commence no later than 120 days after contract award. FOB Origin. Ship each to: NAS North Island, Bldg 1200 Code DA8GLO, San Diego, CA 92135 M/F Taiwan Air Force E-2T Program FMS Case TW-P-GLO. Inspection and Acceptance: A Certificate of Conformance will be used in Lieu of a DD250. (vii) FAR 52.212-1 Instructions to Offerors ? Commercial Items, is incorporated by reference. Addendum to FAR 52.212-1 Offeror is also to provide the terms of commercial warranty. (vii) FAR 52.212-2, Evaluation ? Commercial Items is incorporated by reference. Addendum 52.212-2 Para (a): Award will be made to the lowest priced, technically acceptable offeror. Multiple awards may be made (ix) Offerors shall include a completed copy of the provision at FAR 52.212-3, Offeror Representations and Certifications - Commercial Items and DFARS 252.212-7000 Offeror Representations and Certifications - Commercial Items (Nov 1995) with its offer. (x) FAR 52.212-4, Contract Terms and Conditions - Commercial Items is incorporated by reference. The resulting contract will be firm fixed price (FFP). (xi) FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders ? Commercial Items is incorporated in this contract by reference; the following provisions apply: 52.203-6, Restrictions on Subcontractor Sales to the Government with Alternate I; 52.219-8, Utilization of Small Business Concerns; 52.219-14, Limitation on Subcontracting; 52.222-21, Prohibition of Segregated Facilities; 52.222-26, Equal Opportunity; 52.222-35, Affirmative Action for Disabled Veterans and Veterans of the Vietnam Era; 52.222-36, Affirmative Action for Workers with Disabilities; 52.222-37, Employment Reports on Disabled Veterans and Veterans of the Vietnam Era; 52.222-19, Child Labor ? Cooperation with Authorities and Remedies; 52.225- 13, Restriction on Certain Foreign Purchases; 52.225-15, Sanctioned European Union Country End Products; 52.232-33, Payment by Electronic Funds Transfer ? Central Contractor Registration; 52.247-64 Preference for Privately Owned U.S.-Flag Commercial Vessels; 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to the Defense Acquisitions of Commercial Items; 252.225-7001, Buy American Act and Balance of Payments Program; 252.247-7024, Notification of Transportation of Supplies by Sea. (xii) Additional requirements. Warranty: The Offeror?s commerical warranty of at least one year shall apply and should be stated in the proposal. The information should be a brief statement that a warranty exists, the substance of the warranty, the duration, and claim procedures. (xiii) Cost proposal, operation/maintenance manual, and descriptive literature are due by 4.00 p.m. EST, 19 March 2003 at the Naval Air Warfare Center Aircraft Division Lakehurst, Attn: Code 25213 Jessica Schoenleber, Hwy 547, Bldg. 129-2, Lakehurst, NJ 08733-5082. Offerors must acquaint themselves with the new regulations concerning Commercial Item Acquisition contained at FAR Subpart 12 and must ensure that all Representations and Certifications are executed and returned as required in this synopsis/solicitation. (xiv) Name and telephone number of individual to contact for information regarding the solicitation: Jessica Schoenleber, (732) 323-7789, fax (732) 323-2359, e-mail: jessica.schoenleber@navy.mil. This Combined Synopsis/Solicitation will be posted on the NAVAIR homepage located at http://www.navair.navy.mil. Select ?Business? then ?Doing Business With Us? and ?Open Solicitations.? Hard copies of this Combined Synopsis/Solicitation and Amendments will NOT be mailed to the contractors. The Government will not accept electronic proposals.
 
Record
SN00270108-W 20030306/030304213744 (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.