Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 03, 2005 FBO #1315
SOLICITATION NOTICE

10 -- N/A

Notice Date
7/1/2005
 
Notice Type
Solicitation Notice
 
NAICS
336412 — Aircraft Engine and Engine Parts Manufacturing
 
Contracting Office
US Army Aviation and Missile Command (Aviation), ATTN: AMSAM-AC, Building 5303, Martin Road, Redstone Arsenal, AL 35898-5280
 
ZIP Code
35898-5280
 
Solicitation Number
W58RGZ-05-T-0494
 
Response Due
7/25/2005
 
Archive Date
9/23/2005
 
Point of Contact
Greg McPherson, 256-842-6045
 
E-Mail Address
US Army Aviation and Missile Command (Aviation)
(greg.mcpherson@redstone.army.mil)
 
Small Business Set-Aside
N/A
 
Description
U.S. Army Aviation and Missile Command, Acquisition Center/Bldg. 5303, Redstone Arsenal, 35898-5280!! Class Code: 28. Subject: Nozzle, Turbine, Airc - - Direct your requests and communication to: ATTN: AMSAM-AC-LS-T Greg McPherson , Contract Specialist, via email greg.mcpherson@redstone.army.mil or FAX number (256) 955-6328. No telephone requests will be accepted. Solicitation Number: W58RGZ-05-T-0494. Set Aside Code: NA Response Date:__25 July 2005 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 b eing 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 2001-16. The Procurement Request Order Number (PRON) AX5J0534AX is be ing issued as a request for quotation under solicitation number W58RGZ-05-T-0494. Unit of measure is each. The NSN is 2840-01-300-8713, P/N: 23031938. This is applicable to the T-63 ENGINE. Spec/Std controlling data, Manufacturers Code: 63005. Mfr so urce controlling reference: 23031938. Quantity is 15 each. FOB is at Origin. This item is restricted to Rolls Royce Corporation, Cage Code 63005; Aviall Services, Inc, Cage Code 22819; Extex LTD. L.L.C., Cage Code 06QZ8; and Timken Alcor Aerospace Techn ologies Inc., Cage Code 1L9D9 because this item has been designated a commercial item. As such, it is now governed by the Federal Aviation Administration (FAA) rules. Only FAA qualified sources are listed. Other prospective sources must qualify throug h the FAA under the Part Manufacturer Approval (PMA). All offerors must meet prequalification requirements in order to be eligible for award. All responsible sources may submit an offer, which shall be considered by the agency. Firms that recognize and can produce the required item described above are encouraged to identify themselves. Firms are encouraged to seek source approval in order to compete for future solicitation by accessing the website www.redstone.army.mil/cmo/ and looking under CAPSAR and Policy Relating to Source Approval Requests for Aviation Requirements. Foreign Firms are reminded that all requests for solicitation must be processed through their respective embassies. The consignee for 15 each is Panalpina Inc, 22815 Glenn Drive Suit e 101, Sterling, VA 20164-4497. Required delivery is 15 each, 71 Days after Contract Award (DACA). Inspection and acceptance is at Origin. Offerors are encouraged to provide earlier delivery at no additional cost to the Government. Packaging requiremen ts are: Quantity Unit Package (QUP) [001]. MIL-STD-129 markings shall apply. Level of Preservation (LOP) is MILITARY / LPK  [B] IN ACCORDANCE WITH: MIL-STD-2073-1 CODES, JI/A/MP [41], JII/CD [1], JIII/PM [00], JIV/WM [GB], JV/CD [NA], JVI/CT [X], JVII/U C [ED], JVII/IC [00], JIX/A/PK [F], JX/SM [00], and JVIIIA/OPI [0]. The following clauses are incorporated into this synopsis/solicitation: FAR 52.246-11, Higher-Level Contract Quality Requirement (Feb 1999). Insert in FAR 52.246-11, [the Contractor sha ll comply with ISO 9002 or equivalent]. FAR 52.246-l6, Responsibility for Supplies (Apr 1984). AMCOM Regulation 52.246-4003, Terminology/Calibration (USAAMCOM) (Aug 1996). Full text for clause 52.246-4003 reads: (a) Terminology. Terminology shall be as defined by International Organization for Standardization (ISO) 8402, Quality Management and Quality Assurance - Vocabulary. (b) Calibration. (Applicable if a military or a commercial quality system is selected for use.) The calibration of Test, Measure ment and Diagnostic Equipment shall be in accordance with American National Standards Institute/National Conference of Standards Laboratories (ANSI/NCSL) Z540-1-1994 (General Requirements for Calibration Laboratories and Measuring and Test Equipment) or ISO 10012-1:1992 (Quality Assurance Requirements for Measuring Equipment). (End of clause) FAR 52.211-14, Defense Priority Rating for National Defense Use (Sep 1990): certified for nationa l defense under the Defense Priority and Allocations System (DPAS) (15 CFR 700) as DOA1. FAR 52.212-1, Instructions to Offerors-Commercial Items (Oct 2003). Within FAR 52.212-1(c), the number [30] is changed to read [90]. FAR 52.212-3, Offeror Represent ations and Certifications-Commercial Items (June 2003). The North American Industry Classification System (NAICS) code is 336412 and number of employees is 1000. FAR 52.212-4, Contract Terms and Conditions-Commercial Items (Oct 2003). FAR 52.212-5, Cont ract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (Oct 2003). The appropriate clauses under paragraph (b) of FAR 52.212-5 are as follows: FAR 52.203-6, Restrictions on Subcontractor Sales to the Government (Jul 1995), with Alternate I (Oct 1995)(41 U.S.C. 253g and 10 U.S.C. 2402); FAR 52.222-21, Prohibition of Segregated Facilities (Feb 1999); FAR 52.222-26, Equal Opportunity (Apr 2002)(E.O. 11246); FAR 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Dec 2001)(38 U.S.C. 4212); FAR 52.222-36, Affirmative Action for Workers with Disabilities (Jun 1998)(29 U.S.C. 793); FAR 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Dec 2001)(38 U.S.C. 4212); FAR 52.225-13, Restriction on Certain Foreign Purchases (June 2003)(E.O. 12722, 12724, 13059, 13067, 13121, and 13129); and FAR 52.232-33, Payment by Electronic Funds Transfer-Central Co ntractor Registration (Oct 2003)(31 U.S.C. 3332). DFARS 252.204-7004, Required Central Contractor Registration (Nov 2001). DFARS 252.212-7000, Offeror Representations and Certifications-Commercial Items (Nov 1995). DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items (Oct 2003). The appropriate clauses of DFARS 252.212-7001(a) and (b) are: (a): FAR 52.203-3, Gratuities (Apr 1984) (10 U.S.C. 2207), (b): DFARS 252.205-7000, Provision of Information to Cooperative Agreement Holders (Dec 1991) (10 U.S.C. 2416); FAR 252.219-7003, Small, Small Disadvantaged and Women-Owned Small Business Subcontracting Plan (DoD Contracts) (Apr 1996) (15 U.S.C. 637); FAR 252. 225-7001, Buy American Act and Balance of Payments Program (Apr 2003) (41 U.S.C. 10a-10d, E.O. 10582. FAR 52.233-4000, AMC-Level Protest Program (Oct 1996), which reads in full text, [If you have complaints about this procurement, it is preferable that yo u first attempt to resolve those concerns with the responsible Contracting Officer. However, you can also protest to Headquarters, Army Materiel Command (AMC). The HQ, AMC-Level Protest Program is intended to encourage interested parties to seek resolution of their concerns within AMC as an Alternative Dispute Resolution forum, rather than filing a protest with the General Accounting Office (GAO) or other external forum. Contract award or performance is suspended during the protest to the same extent, and w ithin the same time periods, as if filed at the GAO. The AMC Protest decision goal is to resolve protests within 20 working days from filing. To be timely, protests must be filed within the periods specified in FAR 33.103. Send protests (other than protest s to the Contracting Officer) to: Headquarters, Army Materiel Command, Office of Command Counsel, ATTN: AMCCC-PL, 5001 Eisenhower Avenue, Alexandria, VA 22333-0001, Facsimile number (703) 617-4999/5680, Voice Number (703) 617-8176, The AMC-level protest pr ocedures are found at: http:(insert 2 forward slashes) www.amc.army.mil/amc/command-counsel/protest/protest.html (The double forward slashes constitute a print processing command, hence cannot be shown above. Please insert when accessing the website.) If Internet access is not available, contact the Contracting Officer or HQ, AMC to obtain the AMC-Level Protest Procedures. (End of Provision)], FAR 52.252-1, Sol icitation Provisions Incorporated by Reference (Feb 1998). FAR 52.252-2, Clauses Incorporated by Reference (Feb 1998). FAR 52.207-4, Economic Purchase Quantity-Supplies (Aug 1987). Justification for other than full and open competition is FAR 6.302-1, O nly One Responsible Source and No Other Supplies or Services Will Satisfy Agency Requirements. The most recent representative unit price and quantity relative to this acquisition is Contract Number DAAH23-03-P-0511, award date 02 JUL 2003, unit price $2,9 90.00, quantity 10 each to TIMKEN ALCOR AEROSPACE TECHNOLOGIES, CAGE 1L9D9. The Government provides this price history without assuming the responsibility for any resulting conclusions or interpretations that may be made. The price history is provided fo r informational purposes only and should not be relied upon as a basis for offer/bid. Any award resulting from this RFQ will be issued on SF Form 1449 and will contain all clauses required by Law, the Federal Acquisition Regulation (FAR), and the Defense Federal Acquisition Regulation Supplement (DFARS) as appropriate for the dollar value of the award. Any FAR/Regulation incorporated within this synopsis/solicitation where the offeror is required to provide a response shall be responded to by the offeror in their proposal; cite the FAR/Regulation number and provide the response. In addition, proposals shall provide the following information: 1. FOB point. 2. Furnish vendors part number(s) if other than listed with each item. 3. Point(s) of shipment, performance, preservation, packaging and marking. Proposals may be submitted in contractor format. Adequate technical data is not available for this acquisition. This part is a commercial/nondevelopmental/off-the-shelf item. Commercial item description s, commercial vendor catalog or price lists or commercial manuals assigned a technical manual number apply. The closing date annotated is an estimated date and may be adjusted dependent upon the date of release for solicitation; however, the solicitation will not close prior to the date stated above. No telephone request will be accepted. Proposals should be submitted to Commander, U.S. Army Aviation and Missile Command, Acquisition Center, Redstone Arsenal, AL 35898-5280, AMSAM-AC-LS-T, Greg McPherson, Contract Specialist, FAX number (256) 955-6328 or email greg.mcpherson@redstone.army.mil. Reference, RFQ W58RGZ-054-T-0494. See Note 23 NOTE: THIS NOTICE WAS NOT POSTED TO WWW.FEDBIZOPPS.GOV ON THE DATE INDICATED IN THE NOTICE ITSELF (01-JUL-2005); HOWEVER, IT DID APPEAR IN THE FEDBIZOPPS FTP FEED ON THIS DATE. PLEASE CONTACT fbo.support@gsa.gov REGARDING THIS ISSUE.
 
Web Link
Link to FedBizOpps document.
(http://www.eps.gov/spg/USA/USAMC/DAAH23/W58RGZ-05-T-0494/listing.html)
 
Place of Performance
Address: US Army Aviation and Missile Command (Aviation) ATTN: AMSAM-AC, Building 5303, Martin Road Redstone Arsenal AL
Zip Code: 35898-5280
Country: US
 
Record
SN00840660-F 20050703/050701211733 (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.