Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 21, 2003 FBO #0754
SOLICITATION NOTICE

28 -- 2nd Stage Nozzle, NSN: 2835-01-084-7263, PN: 12286888, and 4th Stage Nozzle, NSN: 2835-01-232-9709

Notice Date
12/19/2003
 
Notice Type
Solicitation Notice
 
Contracting Office
USPFO for Kansas, 2737 South Kansas Avenue, Topeka, KS 66611-1170
 
ZIP Code
66611-1170
 
Solicitation Number
W912JC-04-R-4006
 
Response Due
1/15/2004
 
Archive Date
3/15/2004
 
Point of Contact
Tom Coleman, (785) 274-1211
 
E-Mail Address
Email your questions to USPFO for Kansas
(tom.coleman@ks.ngb.army.mil)
 
Small Business Set-Aside
N/A
 
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. This is a combined synopsis/solicitation for an Indefinite Delivery-Indefinite Quantity Type Contract for the. 2nd Stage Nozzle, NSN: 2835-01-084-7263, PN: 12286888, and 4th Stage Nozzle, NSN: 2835-01-232-9709, one year contract with 2 option years is anticipated. Minimum quantity per year 25 ea Maximum estimated quantity for 120 ea 1st contract year and 150 ea 1st option year and 200 ea 2nd option year. End item application: AGT 1500 Gas Turbine Engine. F.O.B. Destination with deliveries t o Advance Turbine Engine Army Maintenance (ATEAM), 741 Ray Road, Fort Riley, KS. This is restricted to approved vendors of the U.S. Army Tank Command, Warren, Mi. 48397-5000 and Honeywell Inc., Defense & Space, 1300 W. Warner Road, Tempe, AZ 85285- These parts require engineering source approval by the design control activity (U.S. Army Tank Command) in order to maintain the quality of the part. All offerors must meet prequalification requirements in ord er to be eligible for award. Adequate technical data is not available for this acquisition. Estimated cost of the proposed acquisition is between $250,000 and $1 million. Firms that recognize and can produce the required item described above are encouraged to identify themselves. All responsible sources may submit an offer, which shall be considered by the Agency. This solicitation W912JC-04-R-4006 is issued as an RFP. This solicitation document incorporates provisions are those in effect through Federal Ac quisition Circular 2001-18. NAICS code is 333518. The provision at FAR 52.212-3, Offeror Representations and Certifications (7-2002) applies to this acquisition. A completed-signed copy of this provision shall be submitted with any proposal. The clause at FAR 52.212-4, Contract Terms and Conditions (2-2002) applies to this acquisition. The clause at FAR 52.212-5, Contract terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (5-2002) applies to this acquisition. Under para graph b, the following clauses are incorporated: 52.2 03-6, Restrictions on Subcontractor Sales to the Government, with Alternate I; 52.222-26, Equal Opportunity; 52.222-35, Affirmative Action for Disabled Veterans and Veterans of the Vietnam Era; 52.222-3 6, Affirmative Action for Workers with Disabilities; 252.222-37, Employment Reports on Disabled Veterans; 52.225-3, Buy American Act-Supplies. The clause 52.232-33, Mandatory Information for Electronic Funds Transfer Payment (5-1999) applies to this solici tation. The clause at DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statutes to Defense Acquisition of Commercial Items, is applicable to this acquisition. Contract award will be based on the lowest priced technically acceptable proposal received in response to the RFP. Proposal shall contain proof of U.S. Army Tank Command approval of the part. For technical questions please contact Nels Espeseth, (785) 239-8156 or e-mail nels.Espeseth@riley.army.mil offers are due by 2 p.m. Ja nuary 15, 2004 via e-mail, fax or mail. Mail to the Contracting Officer, USPFO for Kansas, 2737 S. Kansas Ave., Topeka, KS 66611-1170 or fax to (785) 274-1642 Attn.: Mr. Tom Coleman; or e-mail to: tom.coleman@ks.ngb.army.mil. Simplified Acquisition Proced ures will be utilized.
 
Place of Performance
Address: USPFO for Kansas 2737 South Kansas Avenue, Topeka KS
Zip Code: 66611-1170
Country: US
 
Record
SN00493146-W 20031221/031219212525 (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.