Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 23, 2007 FBO #2096
SOLICITATION NOTICE

16 -- H60 CONSOLE OOVERS AND DIGITAL CAMO WINDOWS

Notice Date
8/21/2007
 
Notice Type
Solicitation Notice
 
NAICS
336413 — Other Aircraft Parts and Auxiliary Equipment Manufacturing
 
Contracting Office
USPFO for Louisiana, 495 3rd Street, Camp Beauregard, Pineville, LA 71360
 
ZIP Code
71360
 
Solicitation Number
W912NR-07-T-0012
 
Response Due
8/30/2007
 
Archive Date
10/29/2007
 
Small Business Set-Aside
Total Small Business
 
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. This solicitation number W912NR-07-T-0012 is issued as a Request for Quotation. The solicitation and incorporated provisions and clauses are in effect through Federal Acquisition Circular 2005-16. This solicitation is 100% set a aside for small businesses. NAICS for determination of size status is 336413. Small business size standard is 1000 employees. CLIN 0001: H60 Console Cover, green. Part number HC511/G; 20 each. CLIN 0002: H60 Full Front End-Alpha Lima Model padded windshield, digital camouflage; Part number HWGNAL511/dd; 20 each. CLIN 0003: H-60 Inside Cabin Windows Digital Camouflage, Part Number HCW511/DD; 40 each; CLIN 0004: H-60 Inside Gunner Windows Digital Camouflage, Part N umber HGW511/DD; 40 each; CLIN 0005 H-60 Stabilator Cover padded, digital camouflage; part number HSP511/dd; 5 each. Rolin Industries or equal.. Place of delivery is: 1399 Industrial Park Road, Hammond, LA 70401. FOB Destination. Prices quoted must inc lude all applicable delivery fees. The following provisions apply: FAR 52.212-1, Instructions to Offerors -- Commercial; FAR 52.212-2, Evaluation Commercial Items. Evaluation criteria will be based on price. Quoted items must be brand name or equal i n accordance with FAR 52.211-6, Brand Name or Equal. The following FAR clauses apply: FAR 52.212-4, Contract Terms and Conditions-Commercial Items; FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders; 52.212 -5, Restrictions on Certain Foreign Purchases; 52.222-3, Convict Labor; 52.222-19, Child Labor; 52.222-21, Prohibition of Segregated Facilities; 52.222-26, Equal Opportunity; 52.222-35, Affirmative Action for Disabled Veterans and Veterans of the Vietnam E ra; 52.222-36 , Affirmative Action for Workers with Disabilities of the Vietnam Era; 52.222-37, Employment Reports on Disabled Veterans and Veterans of the Vietnam Era; 52.232-33, Payment by Electronic Funds Transfer Central Contractor Registration; 52.2 32-36, Payment by Third Party; 52.219-14, Limitation on Subcontracting. Additional applicable FAR Clause: FAR 52.247-34, FOB Destination. Offerors must include a completed copy of FAR 52.212-3, Offeror Representations and Certifications Comme rcial Items and DFARS 25 2.212-7000, Offeror Representations and Certifications Commercial Items, with its offer. APPLICABLE DFARS CLAUSES: 252.225-7036, Buy American Act--Free Trade Agreements--Balance of Payments Program; 252.204-7004, Required Central Contractor Registration; 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to the Defense Acquisition of Commercial Items, to include; 252.225-7001 Buy American Act and Balance of Payments Progra m , 252.225-7007 Buy American Act-Trade Agreements-Balance of Payment Program. Additional DFARS applicable clauses: 252.225-7002, Qualifying Country Sources as Subcontractors and DFARS 252.225-7031, Secondary Arab Boycott of Israel. Full text of th ese provisions may be accessed on-line at http://www.arnet.gov or http://farsite.hill.af.mil. This announcement is the solicitation which will result in a firm fixed-price contract. Quotations are due no later than 1000 hours CST, 30 August, 2007, to Major Jason Meyers at jason.meyers@us.army.mil or COL Patti Woods at patti.woods@us.army.mil.
 
Place of Performance
Address: USPFO for Louisiana 495 3rd Street, Camp Beauregard Pineville LA
Zip Code: 71360
Country: US
 
Record
SN01379824-W 20070823/070822070719 (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.