Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 23, 2006 FBO #1550
SOLICITATION NOTICE

28 -- This is a combined synopsis/solicitation for an ID-IQ: Contract for the Shaft Output NSN: 2835-01-200-6162 P/N: 12284702 Honeywell P/N: 3-140-202-31.

Notice Date
2/21/2006
 
Notice Type
Solicitation Notice
 
NAICS
336412 — Aircraft Engine and Engine Parts Manufacturing
 
Contracting Office
USPFO for Kansas, 2737 South Kansas Avenue, Topeka, KS 66611-1170
 
ZIP Code
66611-1170
 
Solicitation Number
W912JC-06-R-4013
 
Response Due
3/7/2006
 
Archive Date
5/6/2006
 
Small Business Set-Aside
N/A
 
Description
This is a combined synopsis/solicitation for an ID-IQ: Contract for the Shaft Output NSN: 2835-01-200-6162 P/N: 12284702 Honeywell P/N: 3-140-202-31. For one year with 2 option years. Max qty for 150 ea 1st for base year and 200 ea 1st option year 250 ea 2nd option year with a minimum qty of 20 per year. Applicable to AGT 1500 Gas Turbine Engine. Shipping shall be F.O. B. Destination with deliveries to Advance Turbine Engine Army Maintenance (ATEAM), Bldg. 741, Fort Riley, KS. This is restricted to approved vendors of the U.S. Army Tank Command, Warren, Mi. 48397-5000 and/or Honeywell Inc., Defense & Space, 1300 W. Warner Road, Tempe, AZ 85285-2200. These parts require engineering source approval by the design control activity (U.S. Army Tank Com mand) in order to maintain the quality of the part. All Offerors must meet prequalification requirements in order to be eligible for award. Adequate technical data is not available for this acquisition. All responsible sources may submit an offer, which shall be considered by the Agency. Award will be based on Best Value. The Best Value is the most advantageous offer, price and other factors considered, and consistent with the Governments stated importance of evaluation criteria as outlined in the St atement of Work. This may result in award being made to a higher-rated, higher priced offeror where the Contracting Officer determines that an Offerors past performance and technical qualifications of the higher priced offeror outweigh the cost difference . Evaluation factors of Past Performance and Technical considerations (including delivery schedule) when combined are approximately equal to cost or price. See Statement of Work for evaluation criteria, which can be found at the USPFO for Kansas website: www.ngks.net. This solicitation is prepared IAW 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 no t be issued. In order to receive an award for this contract, you must register in the Central Contractor Registration at www.ccr.gov. This solicitation W912JC-06-R-4013 is issued as an RFP. This is a solicitation document and incorporates provisions in e ffect through Federal Acquisition Circular 2005-07. NAICS code is 336412. The provision at FAR 52.212-2 Evaluation Commercial Items (1/1999) applies to this acquisition. The provision at FAR 52.212-3, Offeror Representations and Certifications (3/2005) a pplies to this acquisition. A completed-signed copy of this provision shall be submitted with any proposal. The clause at FAR 52.212-4, Contract Terms and Conditions (9/2005) applies to this acquisition. The clause at FAR 52.212-5, Contract terms and Con ditions Required to Implement Statutes or Executive Orders-Commercial Items (9/2005) applies to this acquisition. Under paragraph b, the following clauses are incorporated: 52.203-6, Restrictions on Subcontractor Sales to the Government (7/1995), with Alt ernate I; 52.222-26 Equal Opportunity (4/2002); 52.222-35 Equal Opportunity for Special Disabled Veterans, Veterans of Vietnam Era and Other Eligible Veterans (12/2001); 52.222-36 Affirmative Action for Workers with Disabilities (6/1998); 52.222-37, Employ ment Reports Special Disabled Veterans, Veterans of Vietnam Era and Other Eligible Veterans (12/2001); 52.225-31, Buy American Act-Supplies (6/2003). The clause 52.232-33, Mandatory Information for Electronic Funds Transfer Payment (10/2003) applies to th is solicitation. The clause at DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statutes to Defense Acquisition of Commercial Items is applicable to this acquisition. For technical questions please contact Leon Bryson, (785) 239-81 56, or e-mail leon.bryson@ng.army.mil offers are due by 2 p.m. MARCH 7, 2006, by e-mail, fax, or mail. Mail to the Contracting Officer, USPFO for Kansas, 2737 S. Kansas Ave., Topeka, KS 66611-1170 or fax to (785) 274-1642 Attn.: Mr. Adam Villalobos; or e-mail to: adam.villalobos1@ng.army.mil. Simplified Acquisition Procedures will be utilized.
 
Place of Performance
Address: USPFO for Kansas 2737 South Kansas Avenue, Topeka KS
Zip Code: 66611-1170
Country: US
 
Record
SN00991838-W 20060223/060221212201 (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.