Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 23, 2003 FBO #0540
SOLICITATION NOTICE

17 -- Aircraft Arresting Parts

Notice Date
5/21/2003
 
Notice Type
Solicitation Notice
 
Contracting Office
Department of the Air Force, Air Education and Training Command, Tyndall AFB Contracting Squadron, 501 Illinois Ave, Ste 5 Bldg 647, Tyndall AFB, FL, 32403-5526
 
ZIP Code
32403-5526
 
Solicitation Number
Reference-Number-F1TU26311404
 
Response Due
5/23/2003
 
Archive Date
6/7/2003
 
Point of Contact
Eric Sauzek, Contract Specialist, Phone (850) 283-8630, Fax (850) 283-8491, - John Sanderson, Contract Specialist, Phone 8502838667, Fax 8502838491,
 
E-Mail Address
eric.sauzek@tyndall.af.mil, john.sanderson@tyndall.af.mil
 
Description
The 325th Contracting Squadron at Tyndall AFB FL intends to award a purchase order on a sole source basis to Engineered Arresting Systems Corporation under Simplified Acquisition Procedures (SAP) for the purchase of BAK-12 Overhaul Kits, BAK-15 Basic Overhaul Kits, BAK-15 Overhaul Support Kits, Wisconsin Engine V-465-D, and Brake Drums. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6 and 13.5, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation. A written solicitation will not be issued. The Purchase Request numbers are F1TU2631140400, F1TU2631040400, and F1TU2631130300 and will be issued as a Request for Quotation (RFQ). Federal Acquisition Circular 97-2 and Defense Acquisition Circular 91-13 established the provisions and clauses in the solicitation. The North American Industry Classification System (NAICS) code is 336413. The contractor shall provide the following ESCO parts: Wisconsin Engine V-465-D, P/N 52D6299-1 (19 EACH); Brake Drum, P/N 52W1729-1 (4 EACH); BAK-15 Basic Overhaul Kits, P/N PL1421 ( 2 KITS); Overhaul Support Kits, P/N PL1422 (1 KIT); BAK-12 Overhaul Kit, PL1540 ( 4 KITS). Please acknowledge all requirements. This notice of intent is not a request for competitive proposals. A determination by the government not to compete this proposed contract based upon responses to this notice is solely within the discretion of the government. Discussions may or may not be held with the offeror; therefore, the initial proposal should be complete and accurate. The Governments requires FOB destination. THE FOB POINT WILL BE TYNDALL AFB, FL. Contractors shall provide all materials, labor, tools, and transportation necessary to complete this service. Offeror must provide warranty information specific to all equipment. The following provisions and clauses can be viewed via the internet at http://farsite.hill.ap.mil. In accordance with FAR 52.252-1 (FEB 1998) and FAR 52.252-2 ( FEB 1998), the following provisions and clauses are incorporated by reference: FAR 52.212-1, Instructions to Offerors, Commercial Items (AUG. 1998), with the following: technical description of the items being offered in sufficient detail to evaluate compliance with the requirements of the solicitation (i.e. product literature), the terms of any expressed warranty, price and any discounts, and delivery times; FAR 52.212-2, Evaluation, Commericial Items (MAR 1998). The following factors shall be used to evaluate offers: best value to the government. OFFERORS MUST INCLUDE WITH THEIR PROPOSAL A COMPLETED COPY OF THE PROVISION AT 52.212-3, OFFEROR REPRESENTATIONS AND CERTIFICATIONS-COMMERCIAL ITEMS(JAN 1997) AND DFARS 252.212-7000 OFFEROR REPRESENTATION AND CERTIFICATION, COMMERCIAL ITEMS (NOV 1995) WITH THEIR QUOTE. Contract Terms and Conditions?Commercial Items. It is tailored as follows: subparagraph c is changed to read: ?Changes. Changes in the term and conditions of this contract may be made only by written agreement of the parties with the exception of administrative changes such as changes in paying office, appropriations data, etc. which may be changed unilaterally by the Government; FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders; Commercial Items ( Jun 1998), FAR 52.203-6, Restrictions on Subcontractors Sales to the Government (Alt 1) (Oct 1995); FAR 52.222-26, Equal Opportunity (Deviation) (Apr 1984); FAR 52.222-35, Affirmative Action for Disabled Veterans and Veterans of the Vietnam Era (Apr 1998); FAR 52.222-36, Affirmative Action for Workers with Disabilities (Jun 1998); FAR 52.222-37, Employment Reports on Disabled Veterans and Veterans of the Vietnam Era (Apr 1988); FAR 52.225-18, European Sanction for End Products (Jan 1996): FAR 52.232-33, Mandatory Information for Electronic Funds Transfer Payment is required; FAR 52.232-33, Mandatory Information for Electronic Funds Transfer Payment is required; 52.247-34, F.O.B. Destination (Nov 1991). In accordance with DFARS 252.204-7004, REQUIRED CENTRAL CONTRACTOR REGISTRATION (MAR 1998), prior to receiving any contract award, contractors must be registered in the Central Contract Registration (CCR). If not already registered, you should immediately register with CCR by calling 1-888-227-2423 or via the Internet at http://ccr.edi.disa.mil. On-line registration with the CCR is also available at the Small Business Administration Internet address (www.sbaonline.sba.gov). Confirmation of CCR registration must be obtained before award can be made. DFARS 252.225-7001, Buy American Act and Balance of Payment Program (Mar 1998); DFARS 252.225-7007, Buy American Act-Trade Agreements-Balance of Payment Program (Mar 1998); DFARS 252.225-7012, Preference for Certain Domestic Commodities (Sep 1997); DFARS 252.225-7036, Buy American Act-North American Free Trade Agreement Implementation Act- Balance of Payment Program (Mar 1998); DFARS 252.227-7015, Technical Data?Commercial Items (Nov DFARS 1995); DFARS 252.227-7037, Validation of Restrictive Markings in Technical Data (Nov 1995); 252.232-7009, Payment by Electronic Fund Transfer (Jun 1998); DFARS 252.243-7002,Certification of Requests for Equitable Adjustment (Jul 1997).Quotes should reference RFQ No. F1TU26310404, F1TU26311404, and F1TU26311303. Offers must be sent in electronically/written/fax to the Contracting Specialist Eric Sauzek not later than 23 May 2003, 4:30 PM (CST) to 325 CONS/LGCS ATTN: Eric Sauzek, 501 Illinois Ave. Suite 5, Tyndall AFB 32403-5526. For more information contact the administrator Eric Sauzek at (850) 283-6427 or John Sanderson at (850) 283-8667. You may also email Mr. Sauzek using the address on this page.
 
Place of Performance
Address: Tyndall AFB, 1001 Mississippi Road, Tyndall AFB, FL
Zip Code: 32403
Country: United States
 
Record
SN00329797-W 20030523/030521213703 (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.