Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF NOVEMBER 23, 2003 FBO #0726
SOLICITATION NOTICE

28 -- Housing Assembly, Fi - - Direct your requests and communication to: ATTN: AMSAM-AC-LS-T, Rosa L. Upchurch, Contracting Specialist, via email rosa.upchurch@redstone.army.mil or FAX number 256-955-9310. No telephone requests will be accepted.

Notice Date
11/21/2003
 
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
W58RGZ-04-T-0071
 
Response Due
12/22/2003
 
Archive Date
2/20/2004
 
Point of Contact
Robert Flanagan, 256-842-6221
 
E-Mail Address
Email your questions to US Army Aviation and Missile Command DAAH23
(robert.flanagan@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 Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are b eing 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 2001-16. The Procurement Request Order Number (PRON) AX3J0177AX is be ing issued as a request for quotation under solicitation number W58RGZ04T0071. Unit of measure is each. The NSN is 2840-00-941-0242 and the Part Number is 6845919. This is applicable to the T-63 Engine. Spec/Std controlling data, Manufacturers Code: 63 005. Mfr source controlling reference: 6845919. This requirement is for a quantity of 5 each. FOB is at Destination. The consignee for 5 each is Korea Express USA Inc., Phone 201-863-7505, 901 Castle Rd., Secaucus, NJ 07094-1617. Required delivery is 5 each, 120 Days After Contract Award (DACA). Inspection and acceptance is at Origin. Offerors are encouraged to provide earlier delivery at no additional cost to the Government. Packaging requirements are: Quantity Unit Package (QUP) [001]. MIL-STD-1 29 markings shall apply. Serial number parts shall require MIL-STD-129 serial number markings. Level of Preservation (LOP) is Military. Level of Pack (LPK) is [A] in accordance with MIL-STD-2073-1 codes: JI/A/MP [44], JII/CD [1], JIII/PM [00], JIV/WM [ EA], JV/CD [NA], JVI/CT [X], JVII/UC [ZZ], JVII/IC [00], JIX/A/PK [F], JX/SM [17], JVIIIA/OPI [M]. Supplemental Information: [8145-00-301-2987; 13414-017; Cap Connectors]. Reusable container will be contractor furnished material. The following clauses a re 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 52.246-l6, Responsibility for Supplies (Apr 1984 ). FAR 52.246-2, Inspection of Supplies Fixed Price, 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 Standardization (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 a ccordance 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 Requireme nts 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, Instruc tions to Offerors -- Commercial Items (Oct. 2003). Within FAR 52.212-1(c), the number [30] is changed to read [90]. FAR 52.212-3, Offeror Representations and Certifications - Commercial Items (June 2003). The North American Industry Classification Syste m (NAICS) code is 336412 and number of employees is 1000. FAR 52.212-4, Contract Contract Terms and Conditions--Commercial Items (OCT 2003). FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items (Oct. 2003). The appropriate clauses under paragraph (b) of FAR 52.212-5 are as follows: FAR 52.203-6, Restrictions on Subcontractor Sales to the Government (Jul 1995), with Alternate I (Oct 1995)(41 U.S.C. 253g and 10 U.S.C. 2402); FAR 52.222-21, Prohi bition of Segregated Facilities (Feb 1999); FAR 52.222-26, Equal Opportunity (Apr 2002)(E.O. 11246); FAR 52.222-35, Equal Opportunity for Special Disabled Veter ans, Veterans of the Vietnam Era, and Other Eligible Veterans (Dec 2001)(38 U.S.C. 4212); FAR 52.222-36, Affirmative Action for Workers with Disabilities (Jun 1998)(29 U.S.C. 793); FAR 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Dec 2001)(38 U.S.C. 4212); FAR 52.225-13, Restriction on Certain Foreign Purchases (Oct 2003) (E.o.s, proclamations, and statutes administered by the Office of; and FAR 52.232-33, Payment by Electronic Funds T ransfer-Central Contractor Registration (Oct. 2003)(31 U.S.C. 3332). DFARS 252.204-7004, Required Central Contractor Registration (Nov 2001). DFARS 252.212-7000, Offeror Representations and Certifications ?????? Commercial Items (Nov 1995). DFARS 252.21 2-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items (Jun 2003). The appropriate clauses of DFARS 252.212-7001(a) and (b) are: (a) - FAR 52.203-3, Gratuities (Apr 1 984) (10 U.S.C. 2207), (b) - DFARS 252.205-7000, Provision of Information to Cooperative Agreement Holders (Dec 1991) (10 U.S.C. 2416); FAR 252.219-7003, Small, Small Disadvantaged and Women-Owned Small Business Subcontracting Plan (DoD Contracts) (Apr 199 6) (15 U.S.C. 637); FAR 252.225-7001, Buy American Act and Balance of Payments Program (Apr 2003) (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 procureme nt, it is preferable that you first attempt to resolve those concerns with the responsible Contracting Officer. However, you can also protest to Headquarters, Army Materiel Command (AMC). The HQ, AMC-Level Protest Program is intended to encourage intereste d parties to seek resolution of their concerns within AMC as an Alternative Dispute 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 prote st to the same extent, and within the same time periods, as if filed at the GAO. 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, Army 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) 617-81 76, The AMC-level protest procedures are found at: http:(insert 2 forward slashes)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 Contracting Officer or HQ, AMC to obtain the AMC-Level Protest Proc edures. (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 Purchase 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-the-shelf item. As such, it is now governed by the Federal Avi ation Administration (FAA) rules. This procurement action is restricted to the business sources that are currently approved by the FAA: Rolls-Royce Corporation, Cage Code 63005 and Aviall Services, Inc., Cage Code 22819. Business firms that recognize and can produce the required item described above are encouraged to identify themselves. Business firms are encouraged to seek source approval in order to compete for future solicitations by accessing the website www.redstone.army.mil/cmo/ and looking under S AR information. 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 DAAH2303P0246, award date February 19, 2003, unit price $6,700.00 , qu antity 10 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 pu rposes only and should not be relied upon as a basis for offer/bid. Any award resulting from this RFP will be issued on SF Form 1449 and will contain all clauses required by Law, the Federal Acquisition Regulation (FAR), and the Defense Federal Acquisitio n Regulation Supplement (DFARS) as appropriate for the dollar value of the award. Any FAR/Regulation incorporated within this synopsis/solicitation where the offeror is required to provide a response shall be responded to by the offeror in their proposal; cite the FAR/Regulation number and provide the response. In addition, proposals shall provide the following information: 1. FOB point, if other than Destination. 2. Furnish vendors part number(s) if other than listed with each item. 3. Point(s) of s hipment, performance, preservation, packaging and marking. Proposals may be submitted in contractor format. Proposals should be submitted to Commander, U.S. Army Aviation and Missile Command, Acquisition Center, Redstone Arsenal, AL 35898-5280, ATTN: AMS AM-AC-LS-T, Rosa L. Upchurch, Contracting Specialist, Reference RFQ W58RGZ04T0071. See Note 23.
 
Place of Performance
Address: US Army Aviation and Missile Command DAAH23 ATTN: AMSAM-AC-LS-T, Building 5303, Martin Road Redstone Arsenal AL
Zip Code: 35898-5280
Country: US
 
Record
SN00475049-W 20031123/031121230709 (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.