Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 08, 2007 FBO #2050
SOLICITATION NOTICE

16 -- TAILBOOM RESKINNING AND REPAIR

Notice Date
7/6/2007
 
Notice Type
Solicitation Notice
 
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, UNITED STATES
 
ZIP Code
00000
 
Solicitation Number
Reference-Number-TAILBOOMRESKINREPAIR
 
Response Due
7/17/2007
 
Archive Date
8/30/2007
 
Small Business Set-Aside
Total Small Business
 
Description
This notice is issued as a request for quote (RFQ), and is a combined synopsis/solicitation for commercial services. This notice is prepared in accordance with the format in subparts 12.6 and 13.303, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation. A written solicitation will not be issued. The United States Special Operations Command, Technology Applications Contracting Office, has a requirement for Depot Level maintenance services for tailboom part numbers 369D2300-503, 369D2300-505, 369D23500, 369D23500-507, 369RMD23500-507, and future modifications in accordance with the Statement of Work and Contract Data Requirements List. The contractor must be Federal Aviation Administration (FAA) certified and an authorized MD Helicopter Incorporated (MDHI) service center for tailboom repairs. Only original equipment manufactured (OEM) parts are authorized for use. A repair jig will be supplied by the Government if needed. Responses are due by 3PMest on 17 July 2007. Anticipated award of this effort is on or before 30 July 2007. The Government intends to establish one or more new blanket purchase agreements (BPAs) to accomplish this requirement, and will be awarded using the procedures in accordance with Subpart 13.5 for commercial items. The BPA will be for a five-year period. Individual purchases (calls) are limited to $1,000,000 or less, with a BPA dollar limitation of $5,500,000. The delivery schedules and ship to information will be determined prior to award. FOB and Acceptance/Inspection is at origin by a Government quality assurance representative (QAR), unless otherwise stated. The Government is obligated only to the extent of authorized purchases actually made under each BPA. A list of individuals authorized to purchase under the BPA, identified by name of individual, organizational component, and the dollar limitation per purchase for each individual will be furnished to the provider by the contracting officer. This document incorporates provisions and clauses in effect through Federal Acquisition Circular (FAC) 2005-16. The NAICS code for this acquisition is 336413 and the small business standard is 1000 employees. The following provisions and clauses are applicable to this procurement: FAR 52.211-15, Defense Priority and Allocation Requirements; 52.212-1, Instructions to Offerors--Commercial; 52.212-3, Offeror Representations and Certifications--Commercial Items (Offerors are instructed to complete this section and return with their price list, unless it is available on-line as implemented under ORCA (On-line Representations and Certifications Application)); 52.212-4, Contract Terms and Conditions--Commercial Items; 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders--Commercial Items (specifically, but not limited to 52.203-6, 52.219-6, 52.219-8, 52.222-3, 52.222-19, 52.222-21, 52.222-26, 52.222.35, 52.222-36, 52.222-37, 52.222-39, 52,225-13, 52.232-33); 252.211.7003, Item Identification and Valuation (if applicable); 252.212-7000, Offeror Representations and Certifications--Commercial Items; 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Order Applicable to Defense Acquisitions of Commercial Items (specifically, but not limited to 52.203-3, 252.205-7000, 252.225.7001, 252.225-7012, 252.225-7014, 252.243-7002, 252.247-7023, and 252-247-7024). Be advised that all interested parties must be registered in the Central Contractor Registration (CCR) Database in order to receive a contract award. The Defense Priorities and Allocations System (DPAS) assigned rating is DO-A1. This acquisition is set-aside for small business. The point of contact for this acquisition is Shirley Powell, (757) 878-5223, ext. 248, email: shirley.powell@tapo.eustis.army.mil.
 
Place of Performance
Address: unknown
Zip Code: 99999
Country: UNITED STATES
 
Record
SN01336390-W 20070708/070706221511 (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.