Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 21, 2004 FBO #0907
SOLICITATION NOTICE

15 -- Furnish Labor and Material for Strip and Painting of 5 UH1H Utility Helicopters and 1 Spare Tail Boom Assembly

Notice Date
5/19/2004
 
Notice Type
Solicitation Notice
 
NAICS
488190 — Other Support Activities for Air Transportation
 
Contracting Office
ACA, Yuma Proving Ground - DABK41, ATTN: SFCA-SR-YM, Directorate of Contracting, Buidling 2100, Ocotillo Street, Yuma, AZ 85365-9106
 
ZIP Code
85365-9106
 
Solicitation Number
W9124R-04-R-0023
 
Response Due
6/3/2004
 
Archive Date
8/2/2004
 
Point of Contact
Michael McDaniel, 928-328-6356
 
E-Mail Address
Email your questions to ACA, Yuma Proving Ground - DABK41
(Michael.McDaniel@yuma.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 the Federal Acquisition Regulation (FAR) Part 12 Acquisition of Commercial Items and Part 13 Simplified Acquisition Procedures, as supplemented wi th additional information included in this notice. This announcement constitutes the only solicitation. Request for Proposals (RFP) are being 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 (FAC) 2001-23 dated (5 May 2004) and Defense Federal Acquisition Regulation Supplement (DFARs), 1998 edition, current to DCN 20040323. THE 5 EACH UH-1H HELICOPTERS AND 1 EACH SPARE TAIL BOO M ASSEMBLY WILL BE DELIVERED TO THE FACILITY OF THE SUCCESSFUL OFFEROR. SINCE FLIGHT OPERATIONS ARE EXTREMELY EXPENSIVE THE FACILITY OF THE SUCCESSFUL OFFEROR CANNOT BE LOCATED MORE THAN 3 FLIGHT HOURS FROM THE U.S. ARMY YUMA PROVING GROUND (YPG), AZ. THI S LIMITS POTENTIAL OFFERORS TO THE ARIZONA GEOGRAPHIC AREA OF KINGMAN, PHOENIX, TUCSON, AND LOCATIONS THAT ARE WITHIN THE 3 HOUR FLIGHT RADIUS FROM YPG. THIS LIMITS POTENTIAL OFFERORS IN THE SOUTHERN CALIFORNIA GEOGRAPHICAL AREA OF SAN DIEGO AND LOCATIONS THAT ARE WITHIN THE 3 HOUR FLIGHT RADIUS FROM YPG. It is anticipated that payment will be made by Government VISA Credit Card. This acquisition is a 100% Small Business Set-Aside. The North American Industry Classification System (NAICS) is 488190 with a size standard business size in dollars of $6M annually. The proposal shall consist of two Contract Line Items (CLIN) 0001, Quantity 1, Unit of Issue: Lot, Description: Strip and Painting for 2 each UH1H Utility Helicopters and for 1 each Spare Tail Boom Assembly per the Statement of Work. The performance period will be 28 June through 30 September 2004. CLIN 0002, Option Year Fiscal Year 2005 (1 Oct 2004 through 30 September 2005) Quantity 1, Unit of Issue: Lot, Description: Strip and Painting for 3 Each UH1H Utility Helicopters per the Statement of Work. The performance period will be 1 October 2004 through 30 September 2005. CLIN 0002 is subject to FAR 52.232-18 Availability of Funds. The Statement of Work for CLINS 0001 and 0002 is located at web site w ww.yuma.army.mil/contracting/rfp.html for review/printing. All proposals shall be clearly marked with RFP number W9124R-04-R-0023 and emailed to Michael.McDaniel@yuma.army.mil no later than 3:00 PM MST, 3 June 2004. In addition, all technical questions co ncerning this requirement must be emailed to Michael.McDaniel@yuma.army.mil on or before 25 May 2004. Offers that fail to furnish required representations or technical information as required by FAR 52.212-1 cited below or reject the terms and conditions o f this solicitation may be excluded from consideration. The Government intends to award a contract to the responsible offeror whose offer conforming to the solicitation will be the most advantageous to the Government based on price and past performance. T he following FAR Clauses and Provisions are incorporated by reference and apply to this acquisition: FAR provision 52.212-1 Instruction to Offerors Commercial Items (Oct 2000), FAR provision 52.232-18 Availability of Funds (Apr 1984) applies to CLIN 0002, FAR provision 52.212-3 Offeror Representations and Certifications Commercial Items (May 2004) with Alternate I (April 2002), and DFARS 252.212-7000 Offerors Representations and Certifications - Commercial Items (Nov 1995). In order to complete the Offero r Representation and Certifications for the above referenced provisions you must go to the Air Force Web Site at http://farsite.hill.af.mil/VFFAR1.HTM, locate the referenced clause, copy and paste it to a Word document and complete. Links to the provision s are also located on our website at http://www.yuma.army.mil/contracting/rfq.html. The following clauses also apply to this acquisition: FAR clause 52.212- 4, Contract Terms and Conditions Commercial Items (Oct 2003), FAR clause 52.217-5 Evaluation of Options (Jul 1990), FAR clause 52.217-9 Option to Extend the Term of Contract (Mar 2000), DFAR clause 252.228-7001 Ground and Flight Risk (Sep 1996), FAR clause 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Items (May 2004) applies to this acquisition and specifically, 52.203-6 Restrictions on Subcontractor Sales to the Government (Jul 1995) with Alternate I (Oct 1995); 52.219-6 Notice of Total Small Business Set-Aside (Jun 2003) with Alternate I (Oct 1995); 52.219-8 Utilization of Small Business Concerns (May 2004), 52.219-14 Limitations on Subcontracting (Dec 1996) 52.222-21 Prohibition of Segregated Facilit ies (Feb 1999); 52.222-26 Equal Opportunity (Apr 2002); 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Dec 2001); 52.222-36 Affirmative Action for Workers with Disabilities (Jun 1998); 52.222-37 Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Dec 2001); 52.222-3 Convict Labor (Jun 2003); 52.222-19 Child Labor-Cooperation with Authorities and Remedies (Sep 2002); 52.232-33 Paymen t by Electronic Funds Transfer-Central Contractor Registration (May 1999); 52.232-34 Payment by Electronic Funds Transfer-Other Than Central Contractor Registration (May 1999); 52.232-36, Payment by Third Party (May 1999). DFARS clause 252.212-7001 Contra ct Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items (Apr 2003) applies to this Acquisition, and specifically 52.203 Gratuities (Apr 1984), 252.225-7001 Buy American Act-Trade Ag reements-Balance of Payments Program (Apr 2003) (41 U.S.C. 10a-10d, E.O. 10582) and 252.232-7003 Electronic Submission of Payment Requests (Mar 2003) (10 U.S. C. 2227). If you plan on participating in this acquisition you are required to provide your name , address, phone number and e-mail address to Michael McDaniel via e-mail to Michael.McDaniel@yuma.army.mil and Pamela Nevels Pamela.Nevels@yuma.army.mil or facsimile (928) 328 6849 to the addresses provided herein for notification of amendments. See Note 1.
 
Place of Performance
Address: ACA, Yuma Proving Ground - DABK41 ATTN: SFCA-SR-YM, Directorate of Contracting, Buidling 2100, Ocotillo Street Yuma AZ
Zip Code: 85365-9106
Country: US
 
Record
SN00588435-W 20040521/040519212246 (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.