Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 10, 2006 FBO #1537
SOLICITATION NOTICE

15 -- USED AIRBUS AND BOEING 737 PASSENGER CABIN AIRCRAFT SECTIONS

Notice Date
2/8/2006
 
Notice Type
Solicitation Notice
 
NAICS
336411 — Aircraft Manufacturing
 
Contracting Office
ACA, Aberdeen Proving Ground, Directorate of Contracting, 4118 Susquehanna Avenue, Aberdeen Proving Ground, MD 21005-3013
 
ZIP Code
21005-3013
 
Solicitation Number
W91ZLK-06-T-0213
 
Response Due
2/16/2006
 
Archive Date
4/17/2006
 
Small Business Set-Aside
N/A
 
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 a solicitation. QUOTATIONS ARE BE ING REQUESTED AND A WRITTEN SOLICITATION WILL NOT BE ISSUED. This acquisition is issued as a Request for Quotes (RFQ). The combined synopsis/solicitation number is W91ZLK-06-T-0213. This solicitation document and incorporated provisions and clauses are tho se in effect through Federal Acquisition Circular (FAC) 05-07. The associated North America Industry Classification System (NAICS) Code is 336411 and the Business Size Standard is 1500. The Government contemplates award of a firm-fixed price contract resul ting from this combined synopsis/solicitation. The contractor shall provide the following: CLIN 0001: Used Airbus aircraft section, QTY 1, meeting the requirements listed in the statement of work. CLIN 0002: Used Boeing 737 aircraft section, QTY 1, mee ting the requirements listed in the statement of work. CLIN 0003: Additonal Used Boeing 737 aircraft section, QTY 1, meeting the requirements listed in the statement of work (OPTION ITEM). CLIN 0004: Delivery to Phillips Airfield or Airbase Range 3 at t he Aberdeen Proving Ground in Aberdeen, MD. Technical Point of Contacts will be provided access to the contractors facility in order to perform a site inspection of the aircraft sections prior to purchase and delivery. Contact Barbara Kuklinski at barba ra.kuklinski@us.army.mil for an electronic copy of the statement of work prior to providing a quote. Acceptance shall be at Destination. Shipping shall be FOB Destination. Delivery shall be to the U.S. Army Aberdeen Proving Ground, MD 21005. The following clauses will be incorporated by reference. 52.209-6 Protecting the Governments Interest When Subcontracting with contractors debarred, suspended or proposed for debarment. 52.212-4 Contract Terms and Conditions Commerical Items, 52.223-11 Ozone-Depleting Substances, 52-247-34 F.O.B. Destination., Evaluation of Options, 52.217-7, Option for Increased Quantity-Separately Priced Line Item. The provision at 52.212 -1, Instructions to Offerors--Commercial, applies to this acquisition. The contract will be awar ded to Lowest Price Technically Acceptable (LPTA). The technical evaluation will be a determination as to equality of the product and shall be based on information furnished by the vendor. The Government is not responsible for locating or securing any info rmation, which is not identified in the quotation. To ensure sufficient information is available, vendors are requested to provide descriptive material such as illustrations, drawings, or other information necessary for the Government to determine whether the product meets the salient characteristics of the requirement. The Government will award a contract to the offeror whose offer conforms to this solicitation and will be most advantageous to the Government, price and other factors considered. The Governm ent reserves the right to award on an all or none basis. Offeror shall include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications--Commercial Items, and DFARS 252.212-7000, Offeror Representation and Certification wit h its offer. The clause at 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders--Commercial Items, applies to this acquisition. The following additional FAR clauses cited in this clause are applicable: FAR 52.203-6, Re strictions on Subcontractor Sales t o the Government, with Alternate I (41 U.S.C. 253g and 10 U.S.C. 2402), FAR 52.219-8, Utilization of Small Business Concerns (15 U.S.C. 637 (d)(2) and (3)); FAR 52.219-14 Limitations on Subcontracting (DEC 1996) (15 U.S. C. 637(a)(14)); FAR 52.222-19 Child Labor-Cooperation with Authorities and Remedies; FAR 52.222-21 Prohibition of Segregated Facilities (Feb 1999); FAR 52.222-2 6 Equal Opportunity; 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; FAR 52.222-37, Employm ent Reports on Disabled Veterans and Veterans of the Vietnam Era (38 U.S.C. 4212); FAR 52.225-13 Restrictions on Certain Foreign Purchase, FAR 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration (May 1999). DFAR clause Contract Terms and Conditions required to Implement Statutes or Executive Orders applicable to Defense Acquisitions of Commercial Items (Jun 2004). The following additional DFAR clauses cited in the clause 252.212-7001 are applicable: 52.203-3 Gratuities,252.225-70 01 Buy America and Balance of Payment Program, 252.225-7012 Preference for Certain Domestic Commodities, 252.232-7003 Electronic Submission of Payment Requests (Jan 2004)(10 U.S.C. 2227). The full text of the FAR references may be accessed electronically a t this address: http://farsite.hill.af.mil, and http://www.arnet.gov/far. Responses to this RFQ must received via electronic mail or fax by February 16, 2006 no later than 2:30 PM EST at 410-306-3863 or barbara.kuklinski@us.army.mil. Vendors who are not re gistered in the Central Contractor Registration (CCR) database prior to award will not be considered. Vendors may register with CCR by calling 1-800-334-3414 or by registering online at www.ccr.gov. For questions concerning this solicitation contact Barbar a Kuklinski, Contract Specialist via fax (410)306-3863, or via email barbara.kuklinski@us.army.mil.
 
Place of Performance
Address: ACA, Aberdeen Proving Ground Directorate of Contracting, 4118 Susquehanna Avenue Aberdeen Proving Ground MD
Zip Code: 21005-3013
Country: US
 
Record
SN00983305-W 20060210/060208212506 (fbodaily.com)
 
Source
FedBizOpps 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.