Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 25, 2003 FBO #0603
SOLICITATION NOTICE

16 -- Repair or Exchange/Swap of Dampers

Notice Date
7/23/2003
 
Notice Type
Solicitation Notice
 
Contracting Office
Other Defense Agencies, U.S. Special Operations Command, Technical Applications Contracting Office (TAKO), ATTN: AMSAM-TASO-K Lee Boulevard, Building 401, Fort Eustis, VA, 23604-5577
 
ZIP Code
23604-5577
 
Solicitation Number
USZA95-03-R-0032
 
Response Due
8/4/2003
 
Archive Date
8/19/2003
 
Point of Contact
Laura McGrew, Contract Specialist, Phone 757-878-5223 X247, Fax 757-878-4199, - Linda Diedrich, Contract Specialist, Phone 757-878-5223 xt 240, Fax 757-878-4199,
 
E-Mail Address
lmcgrew@tapo.eustis.army.mil, ldiedrich@tapo.eustis.army.mil
 
Small Business Set-Aside
Total Small Business
 
Description
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. The solicitation number is USZA95-03-R-0032, the solicitation is issued as an Request for Proposal (RFP). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2001-14. This proposed contract is 100% set-aside for small business concerns and the associated NAICS Code is 336413 and small business size standard is 1000. Contract Line Item Number (CLIN): 0001 Main Rotor Dampers, QTY: 214 each P/N: 369D21400-503. Contractor shall teardown, inspect, repair and return damper in a serviceable condition or do a one for one exchange/swap. Only the Original Equipment Manufacturer (OEM) can repair the damper(s). A Quality Assessment Report shall be prepared by the Contractor in accordance with Contract Data Requirements List (CDRL) - Authority: DI-QCIC-81187. The Quality Assessment Report is only necessary/due for repaired damper(s). Contractor shall send an e-mail to the following addresses: lmcgrew@tapo.eustis.army.mil and gsimmons@tapo.eustis.army.mil within two working days to provide notification that a damper have been received. At a minimum, the message shall identify the damper(s) by part number, serial number and common name. Desired Delivery: for repaired damper(s) 30 days after receipt of damper(s) or exchange/swap dampers 10 days after receipt of damper(s). Inspection at Origin by Government Quality Assurance Representative (QAR) and Acceptance: Origin by Government QAR. FOB Point: Origin. Deliver To: H92227, L3 Communications, 5749 Briar Hill Road, Door 12, Lexington, KY 40516. A Firm Fixed Price type contract is contemplated. This acquisition is suitable for competition. The provision at 52.212-1, Instructions to Offerors-Commercial, applies to this acquisition. The provision at 52.212-2 Evaluation-Commercial Items is applicable to this acquisition. The evaluation criteria to be included in paragraph (a) of this provision are: Technical, price and price related factors for repair and price and price related factors for the exchanged/swapped damper(s). Offerors are to include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications ? Commercial Items, with its offer. The clause at 52.212-4, Contract Terms and Conditions ? Commercial Items, apply to this acquisition and the following addenda applies to this clause: CREDIT CARD PAYMENT - Supplies and/or services to be provided shall be paid via an I.M.P.A.C.T. VISA Credit Card. The Contractor shall: 1. Provide total charges, including shipping and handling costs, if applicable 2. Include a package slip if the order is shipped. 3. Include the following on the order?s shipping label: (a) Cardholder?s name, office, billing address and office telephone number and (b) the term ?Government Credit Card?; however, the purchase Card Account Number SHALL NOT be shown under any circumstances or record of the account number kept on file. Upon the delivery of supplies or completion of services the contractor shall fax or mail payment invoices to the following address: Technology Applications Contracting Office, Attn: AMSAM-TASO-K/Laura E. Harris, Bldg. 401 Lee Blvd., Ft. Eustis, VA 23604-5577, FAX Number: 757-878-4199 Within 15 days after receipt of a complete invoice, a representative of the contracting office shall verbally provide the following information to the Contractor?s Representative: 1. Credit Card Number 2. Card Holder Identification 3. Expiration Date of the Credit Card NOTE: Contractor?s may not invoice the Government for supplies or services until after the supplies have been delivered OR service have been rendered. Does Contractor Accept Government Credit Card As A Form of Payment? __ YES / __ NO. Transportation Fund Cite: 97 30100.56SA 50-5086 P012172.1Q 22NL S23204 OCDT 3DT1A6. The clause at 52.212-5, Contract Terms and Conditions Required To Implement Statutes Or Executive Orders-Commercial Items, applies to this acquisition and the following additional FAR clauses cited in the clause are applicable to this acquisition: 52.203-6, Restrictions on Subcontractor Sales to the Government; 52.219-8 Utilization of Small Business Concerns; 52.219-14 Limitations on Subcontracting; 52.222-3, Convict Labor; 52.222-19 Child Labor ? Cooperation with Authorities and Remedies; 52.222-21 Prohibition of Segregated Facilities; 52.222-26 Equal Opportunity; 52.222-35 Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans; 52.222-36 Affirmative Action for Workers with Disabilities; 52.222-37 Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans; 52.225-13 Restriction on Certain Foreign Purchases; 52.232-33 Payment by Electronic Funds Transfer-Central Contractor Registration; 52.232-34 Payment by Electronic Funds Transfer-Other Than Central Contractor Registration and 52.232-36 Payment by Third Party. The following additional contract requirement(s) and/or terms and conditions are necessary for this acquisition and are consistent with customary commercial practices: any proposed warranty items. 252.204-7004 Required Central Contractor Registration, 5652.215-9008 Past Performance Data. 5652.232-9003 Instructions to Paying Office: (a) Contracting Office Point of Contact is Laura McGrew, Contract Specialist, Technology Applications Contracting Office, Bldg. 401 Lee Blvd., Ft. Eustis, VA 23604, Phone: (757) 878-5223 Ext: 247; Proposal(s) shall also provide the following information representations, and certifications: 1. FOB Point. 2. Proposal(s) are firm for 90 days unless otherwise stated. 3. Furnished Vendor Part Number(s) if other than listed. 4. Point of shipment, performance, preservation, packaging and marking. 5. Remittance address. 6. Offerors recommended economic purchase quantity, unit price, total amount per FAR 52.207-4 Economic Purchase Quantity Supplies. 7. FAR 52.219-1 Small Business Program Representations. 8. A completed/executed Material Inspection and Receiving Report (DD Form 250) shall be mailed in accordance with DFARS 252.246-7000 to the following address(es): SHIP TO ADDRESS: H92227, L3 Communications, Attn: Ernestine Butcher, 5749 Briar Hill Rd., Door 12, Lexington, KY 40516; ADMINISTRATIVE OFFICE Code and Address: May be provided at time of award; PAYMENT OFFICE Code and Address: May be provided at time of award (unless Government Credit Card is accepted as a form of payment) and PROCUREMENT OFFICE: USZA95, U.S. Special Operations Command, Technology Applications Contracting Office, Attn: AMSAM-TASO-K/L. McGrew, Bldg. 401 Lee Blvd., Ft. Eustis, VA 23604-5577. 5652.232-9004 Distribution of Vouchers/Invoices; 5652.233-9000 Independent Review of Agency Protests; 5652.246-9000 Marking of Warranted Items; 5652.246-9001 Material Inspection and Receiving Reports (DD250) Addresses; 5652.252-9000 Notice of Incorporation of Section K; 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisition of Commercial Items and the following additional DFARS & FAR clauses cited in the clause are applicable to this acquisition: 252.225-7001 Buy American Act and Balance of Payments Program; 252.225-7012 Preference for Certain Domestic Commodities; 252.243-7002 Requests for Equitable Adjustment; The Contractor shall include the terms of the following clauses, if applicable, in subcontracts for commercial items or commercial components, awarded at any tier under future contract/purchase order: 252.225-7014 Preference for Domestic Specialty Metals, Alternate 1; 252.247-7023 Transportation of Supplies by Sea and 252.247-7024 Notification of Transportation of Supplies by Sea. Offeror(s) are advised to include a completed copy of the following provision(s): 252.212-7000 Offeror Representations and Certifications?Commercial Items, 5652.204-9000 Individual Authorized to Sign, 5652.242-9001 Defense Contract Management Agency (DCMA). The Defense Priorities and Allocations System (DPAS) and assigned rating is DOA1. The Number Note(s) applicable to this acquisition is 1. Offers are due 4 Aug 2003 by 3:00 pm local time at Technology Applications Contracting Office, Bldg. 401 Lee Blvd., Ft. Eustis, VA 23604-5577. The point of contact for this acquisition/solicitation is Ms. Laura McGrew at (757) 878-5223 Ext: 247. Facsimile proposal(s) are acceptable at 757-878-4199. Proposals may be submitted in contractor format. Be sure to include company name, address, telephone number, CAGE Code, Data Universal Numbering Systems (DUNS) Number, Administrative and DFAS Offices to include their phone and fax number and reference solicitation number.
 
Place of Performance
Address: Technology Applications Contracting Office, Bldg. 401 Lee Blvd., Ft. Eustis, VA 23604-5577
Country: UNITED STATES
 
Record
SN00380136-W 20030725/030723215521 (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.