Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 14, 2004 FBO #0992
MODIFICATION

16 -- Warehouse/Production Line Replenishment

Notice Date
8/12/2004
 
Notice Type
Modification
 
NAICS
336413 — Other Aircraft Parts and Auxiliary Equipment Manufacturing
 
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
H92241-04-Q-0030
 
Response Due
8/13/2004
 
Archive Date
8/28/2004
 
Point of Contact
Al Elder, Contract Specialist, Phone 757-878-3299 ext. 246, Fax 757-878-4199,
 
E-Mail Address
aelder@tapo.eustis.army.mil
 
Small Business Set-Aside
Total Small Business
 
Description
AMENDMENT 0001 to Solicitation H92241-04-Q-0030 issued 6 Aug 2004. Responses are due by 1600 hours, 13 Aug 2004 to the Technology Applications Contracting Office. Fax responses are acceptable, 757-878-4199. Packaging and marking shall be IAW commercial standards to ensure safe arrival at destination. DFARS 252-247-7023 Transportation of Supplies by Sea (May 2002) is incorporated by reference. Past performance, vendors are to provide contract number, point of contact with telephone number and/or email address in their response. 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 H92241-04-Q-00030 and this solicitation is issued as a request for quotation (RFQ). The solicitation document and incorporated provisions and clauses are in effect through Federal Acquisition Circular 2001-20. This acquisition is a 100% Small Business Set Aside. The associated NAICS code is 336413 and small business standard of 1000 employees. The government intends to purchase the following items for the A/MH-6M aircraft: Item Description P/N Qty Issue 0001 Torque Tube 369A7109-601 3 Each 0002 Bleed Valve Assy 23005366 2 Each 0003 Facet Filter Kit 1741300-01 7 Each 0004 Fuel Pump 369A8143-3 8 Each 0005 Lower L/H Windshield 369-3501-1 6 Each 0006 Bushing 369R1640-7 40 Each 0007 Bolt M/R 369A1602 266 Each 0008 Longeron 369A2530-14 5 Each 0009 Longeron 369A3001-49 20 Each 0010 Tube Combustion 369A8010-621 14 Each The U.S Special Operations Command has a requirement for the Replenishment for Warehouse and Support of the A/MH-6M Production Line. A Firm Fixed Price (FFP) type contract is contemplated. The delivery required is 30 days after receipt of order. Place of delivery will be at L3 Communications , TAPO Warehouse, 5749 Briar Hill Road, Door 12, Lexington, KY 40516, ATTN: Mrs E Butcher. FOB is Destination. The Inspection / Acceptance is at Origin by a Government QAR. Award of the purchase order will be based on an evaluation of Technical, Cost, and Delivery/Past Performance. Cost is of primary importance, Delivery is of secondary importance, and Past Performance/ Technical is of equal importance. Cost will be evaluated on low cost for the total contract value for all Clins. With regards to delivery, evaluation will be conducted to determine that the delivery satisfies the Government?s requirement. Multi awards will not be made for this requirement. Offerors shall meet the delivery schedule noted in this solicitation. Offerors shall identify past or current contracts with Federal, State, and Local Governments and Private Industry for efforts similar to the effort required by this solicitation. Offerors shall identify up to three (3) contracts. In the case of an offeror, without a record of relevant past performance or for whom information on past performance is not available, the offeror will be given a neutral past performance rating and will not be rated favorably or unfavorably based on past performance. The following provisions and clauses are applicable to this procurement: 52.207-4 Economic Purchase Quantity Supplies; 52.212-1, Instructions to Offerors?Commercial; 52.212-3, Offeror Represetations and Certifications?Commercial Items (Offerors are instructed to complete this section and return with their quote); 52.212-4, Contract Terms and Conditions?Commercial Items 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. Provided 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 Credit Card Account Number SHALL NOT be revealed under any circumstances or a record of the account number be 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: AMSAT-D-TK/Vickie Allen, 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. The clause 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 are applicable to this acquisition: 52.219-8 Utilization of Small Business Concerns; 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 DFAR clauses cited in this solicitation are applicable to this acquisition: 252.204-7004 Required Central Contractor Registration; 252.211-7003 Item Identification and Valuation; 252.212-7000 Offeror Representations and Certifications ? Commercial Items; 252.232-7003 Electronic Submission of Payment Requests. The clause 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisition of Commercial Items applies to this acquisition and the following additional DFAR clauses cited are applicable to this acquisition: 252.225-7001 Buy American Act and Balance of Payments Program; 252.247-7024 Notification of Transportation of Supplies by Sea. A completed/executed Material Inspection and Receiving Report (DD Form 250) shall be mailed in accordance with DFARS 252.246-7000 ? address will be provided at time of award. The following USSOCOM provisions and clauses are applicable to this procurement: 5652.232-9003 Instructions to Paying Office; 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; 5652.209-9002 Use of Contractor Support/Advisory Personnel for Review of Proposals (2001); 5652.209-9003 Use of Contractor Support/Advisory Personnel as Contract Specialists (2003); 252.227-7025 Limitations on the Use or Disclosure of Government-Furnished Information Marked with Restrictive Legends; 5652.252-9000 Notice of Incorporation (1998); 5652.204-9000 Individual Authorized to Sign; and 5652.242-9001 Defense Contract Management Agency (DCMA). The Defense Priorities and Allocations System (DPAS) assigned rating is DOA1. The point of contact for this acquisition is Al Elder at (757) 878-5223 Ext: 246.
 
Place of Performance
Address: USA
 
Record
SN00643000-W 20040814/040812213241 (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.