Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 08, 2004 FBO #0955
SOLICITATION NOTICE

16 -- FAA Approved TAWS for DC-9-15F

Notice Date
7/6/2004
 
Notice Type
Solicitation Notice
 
Contracting Office
PO BOX 5400 Albuquerque, NM
 
ZIP Code
00000
 
Solicitation Number
DE-RQ52-04NA25558
 
Response Due
7/14/2004
 
Archive Date
8/13/2004
 
Point of Contact
Martha Youngblood, Contracting Officer, 505 845-4268, myoungblood@doeal.gov;Craig Jordahl, Contract Specialist, 505-845-5214, gjordahl@doeal.gov
 
E-Mail Address
Email your questions to Craig Jordahl, Contract Specialist
(gjordahl@doeal.gov)
 
Small Business Set-Aside
N/A
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR 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. Responses shall reference "Request for Quote? No. DE-RQ52-04NA25558". This combined synopsis/solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 97-15. The Contract Type being considered for this award is a Firm-Fixed Price type contract. This acquisition is not a small business set-aside, but small businesses are prefered. Offerors responding should indicate whether or not they are a small business, small woman-owned business, small disadvantaged business, or 8(a) business. The North American Industry Classification System (NAICS) Code is 334511 with a corresponding qualifying size standard of 750 employees (indicates maximum allowed for a concern, including its affiliates, to be considered small). The DOE/AL intends to purchase the following line items: Item 1 -- FAA Approved Terrain Awareness Warning System (TAWS), type "A" system with installation under an approved FAA Supplemental Type Certificate (STC) for a Douglas DC-9-15F aircraft operating under Federal Aviation Regulations Part 121. The installed TAWS system to meet the requirements of Federal Aviation Regulation 91.223 and shall be a Radar display type system. The bid shall include the installation of a Multifunctional radar system installed under an FAA approved STC. The bidder shall be responsible for insuring that each aircraft obtains TAWS certification and shall include all required Aircraft Flight Manual Supplements prior to the 31 March 2005 TAWS deadline. Quantity: 2 Jobs The desired delivery date and place is: 31 March 2005, FOB: Origin The provision at FAR 52.212-1, Instructions to Offerors -- Commercial, applies to this acquisition. Only those Offerors who can furnish the items that meets all the requirements specified herein will be considered. Award will be made based on the lowest evaluated price. All Offerors will need to include a completed copy of the provision at FAR 52.212-3, Offeror Representation and Certification -- Commercial Items with the offer. The clause at 52.212-4, Contract Terms and Conditions -- Commercial Items, applies to this acquisition. The clause at 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders -- Commercial Items, applies to this acquisition. 52.216-1 -- Type of Contract (Apr 1984), The Government contemplates award of a Firm Fixed Price contract resulting from this solicitation. Under FAR 52.212-5 paragraph (b), the Contracting Officer has indicated that the following clauses are incorporated by reference: 52.246-24, Limitation of Liability - High-Value Items, 52.246-25 - Limitation of Liability ? Services, FAR 52.222-21, Prohibition of Segregated Facilities; FAR 52.222-26, Equal Opportunity; FAR 52.222-35, Affirmative Action for Disabled Veterans and Veterans of the Vietnam Era; FAR 52.222-36, Affirmative Action for Workers with Disabilities; FAR 52.222-37, Employment Reports on Disabled Veterans and Veterans of the Vietnam Era under the Federal Contractor Program, VETS100 Report, website location: http://vets100.cudenver.edu/; FAR 52.225-1, Buy American Act; FAR 52.232-34, Payment by Electronic Funds Transfer-Other than Central Contractor Registration. All commercial provisions and FAR clauses referenced in this solicitation are available in full text at the following website location: http://www.arnet.gov/far/ or http://farsite.hill.af.mil/. The following local clause applies to this acquisition: H-150 Lobbying Restriction (Energy & Water Development Appropriations Act, 2001) (Jul 2001) The contractor or awardee agrees that none of the funds obligated on this award shall be expended, directly or indirectly, to influence congressional action on any legislation or appropriation matters pending before Congress, other than to communicate to Members of Congress as described in 18 U.S.C. 1913. This restriction is in addition to those prescribed elsewhere in statute and regulation. (End of Clause) SUBMISSION OF QUOTES BY MEANS OTHER THAN THE IIPS IS NOT AUTHORIZED. Quotations submitted by other methods will not be evaluated. Quotes must be received through the IIPS web site (http://e-center.doe.gov/) NO LATER THAN 4:00 PM local time on 14 July 2004. Each quote is to be submitted according to the instructions detailed in the IIPS on-line help document, which is available at http://doe-iips.pr.doe.gov/doebiz.nsf/Help?OpenForm or http://www.doeal.gov/cpd/readroom.htm. . It is the responsibility of the contractor, prior to the quote due date and time, to verify successful transmission in accordance with the Proposal Submission instructions in the "IIPS Users Guide for Contractors." All questions or inquiries regarding this solicitation are to be directed to the named Contract Specialist (Craig Jordahl @ 505-845-5214).
 
Web Link
Click here for further details regarding this notice.
(https://e-center.doe.gov/iips/busopor.nsf/UNID/45C0486FD1126F4085256EC90082F591?OpenDocument)
 
Record
SN00615437-W 20040708/040706211634 (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.