Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF OCTOBER 17, 2004 FBO #1056
SOLICITATION NOTICE

29 -- Cooler, Lubricating

Notice Date
10/15/2004
 
Notice Type
Solicitation Notice
 
NAICS
336412 — Aircraft Engine and Engine Parts Manufacturing
 
Contracting Office
Department of the Air Force, Air Force Materiel Command, Tinker OC-ALC - (Central Contracting), 3001 Staff Drive, Ste 1AG76A, Tinker AFB, OK, 73145-3015
 
ZIP Code
73145-3015
 
Solicitation Number
FA8104-05-R-0042
 
Response Due
11/5/2004
 
Archive Date
11/20/2004
 
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. The solicitation number is FA8104-05-R-0042. The solicitation is a request for quotations (RFP). Closing date for quotations will be received at the issuing office until 3:00 PM on 5 Nov 2004. Source(s) is (Cage 02LU7) Honeywell International Inc., 1300 W. Warner Road, Tempe, AZ 85285-2896. The solicitation document, incorporated provisions and clauses are those in effect through the Federal Acquisition Circular 97-20 (FAC). The North American Industry Classification System Code (NAICS) is 336412. This is a requirement for Line Item 0001; NSN: 2935-00-857-3659OK; Qty: 48 ea, (Honeywell) P/N: 156880-1-1);(GE) 37D401061P107; Application: J85 Engine. Delivery schedules acceptance is Tinker AFB OK (FB2039) with FOB origin. Required delivery schedules are as follows: 5 each per month beginning, February 2005. NOUN: Cooler, Lubricating, Aircraft; Honeywell International Inc is the only currently approved responsible source with the necessary design, manufacturing, production, and process data capable of providing items that meet minimum requirements for form, fit, and function. Qualification Requirements: Sources must be qualified prior to being considered for award. It is anticipated that interest from other sources will be for subcontracting purposes only. Qualification requirements for this item are in accordance with FAR 9.204. No further efforts are currently underway to foster competition for future requirements. It is suggested that small business firms or others interested in subcontracting opportunities in connection with the described procurement make contact with the firm(s) listed. The following FAR provisions and clauses apply to this solicitation and are incorporated by reference: Instructions to Offerors-Commercial Items (Oct 2000); FAR 52.212-2, Evaluation- Commercial Items (Jan 1999); FAR 52.212-3, Offerors, Representations and Certifications- Commercial Items (Jul 2002); FAR 52.212-4, Contract Terms and Conditions-Commercial Items (Feb 2002); FAR 52.212-5, Contract Terms and Conditions Required to Implements Statues or Executive Orders-Commercial Items (May 2002); (FAR 52.222-26, Equal Opportunity (Apr 2002); FAR 52.222-35, Affirmative Action for Disabled Veterans and Veterans of the Vietnam Era (Dec 2001); FAR 52.222-36, Affirmative Action for Workers with Disabilities(Jun 1998); FAR 52.222-37, Employment Reports or Disabled Veterans and Veterans of the Vietnam Era (Dec 2001); FAR 52.222-41, Service Contract of 1965, as Amended (May 1989); FAR 52.222-42, Statement of Equivalent Rates for Federal Hires (May 1989); FAR 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration (May 1999); FAR 52.247-29, FOB Origin (Jun 1988); FAR 52.252-4, Alterations in Contract (APR 1984); DFARS 252.212-7001, Contract Terms and Conditions Required to Implements Statues or Executive Orders Applicable to Defense Acquisitions of Commercial Items (Dec 2002); DFARS 252.225-7000, Buy American Act-Balance of Payments Program Certificate (Sep 1999); DFARS 252.225-7001, Buy American Act and Balance of Payments Program (Mar 1998); DFARS 252.225-7028, Exclusionary Policies and Practices of Foreign Government (Dec 1991); DFARS 252.225-7035, Buy American Act-North American Free Trade Agreement Implementation Act-Balance of Payments Program Certificate (Mar 1998); DFARS 252.225-7036, Buy American Act-North American Free Trade Agreement Implementation Act-Balance of Payment Program (Mar 1998); DFARS 252.227-7037, Validation of Restrictive markings on Technical Data (Sep 1999). The full text of any clause can be found at: http//: farsite.hill.af.mil. Quotes are due by 5 Nov 2004. Quotes should be mailed to: Ruby (Kittie)Richardson/LPKAA,3001 Staff Drive Ste 2AC4/109B, Tinker AFB OK 73145. Contact Ruby (Kittie) Richardson at 405-734-8112 or Tony Veal at 405-734-8111 for information regarding this solicitation. Fax number is 405-734-8106. E-mail address is Ruby.Richardson@tinker.af.mil/
 
Record
SN00694824-W 20041017/041015211813 (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.