Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF OCTOBER 03, 2007 FBO #2137
SOLICITATION NOTICE

19 -- ONE (1) USED NARROW-BODY AIRFRME/FUELAGE FROM ANY ONE OF THE FOLLOWING TYPES (ALL SERIES): AIRBUS A-318,A-319,A-320,A-321,A-322 OR BOEING 737-300 OR LATER (MORE RECENT) SERIES OR BOEING 757 (ALL SERIES).

Notice Date
10/1/2007
 
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
W91ZLK08T0001
 
Response Due
10/10/2007
 
Archive Date
12/9/2007
 
Point of Contact
Irene Mancuso, 410-278-0896
 
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 the only solicitation; quotes are being 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-08-T-0001. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 05-04. The associated North America Industry Classification System (NAICS) Code is 336411 and the Business Size Standard is 1500. This is a combined synopsis/solicitation for commercial items prep ared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. This acq uisition is issued as a Request for Quotes (RFQ). The combined synopsis/solicitation number is W91ZLK-08-T-0001. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 05-04. The a ssociated North America Industry Classification System (NAICS) Code is 336411 and the Business Size Standard is 1500. eater; 2 AMP Battery charger; Auto-start control panels w/digital panel; Fuel 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 Commercial Items, 52.223-11 O zone-Depleting Substances, 52-247-34 F.O.B. Destination. The provision at 52.212-1, Instructions to Offerors Commercial, applies to this acquisition. The government will aw ard a contract to the offeror whose offer conforms to this solicitation and will be most advantageous to the government. The government reserves the right to make an award without discussions. Offeror shall include a completed copy of the provision at 52.2 12-3, Offeror Representations and Certifications Commercial Items, and DFAR 252.212-7000, Offeror Representation and Certification with its offer. The clause at 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders Comm ercial Items, applies to this acquisition. The following additional FAR clauses cited in this clause are applicable: FAR 52.203-6, Restrictions on Subcontractor Sales to the Government, with Alternate I, FAR 52.222-21 Prohibition of Segregated Facilities; FAR 52.222-26 Equal Opportunity; FAR 52.222.35 Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and other Eligible Veterans; FAR 52.222-36 Affirmative Action For Workers with Disabilities; FAR 52.222-37, Employment Reports on D isabled Veterans and Veterans of the Vietnam Era; FAR 52.225-13 Restrictions on Certain Foreign Purchase, FAR 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration; DFAR 252.212-7001 Contract Terms and Conditions required to Imple ment Statutes or Executive Orders applicable to Defense Acquisitions of Commercial Items. The following additional DFAR clauses cited in the clause 252.212-7001 are applicable: 52.203-3 Gratuities, 252.225-7001 Buy America and Balance of Payment Program, 2 52.225-7012 Preference for Certain Domestic Commodities, 252.225-7015 Preference for Domestic Hand or Measuring Tools , 252.232-7003 Electronic Submission of Payment Requests. The full text of the FAR references may be accessed electronically at this addre ss: http://far site.hill.af.mil, and http://www.arnet.gov/far. Responses to this RFQ must be signed, dated, and received via electronic mail or fax on October 16, 2007 no later than 9:00 AM EST at the US Army Contracting Agency, SFCA-NR-APC-T (Irene Mancuso), 4118 Susquehanna Avenue, Aberdeen Proving Ground, MD 21005-3013. Vendors who are not registered 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 Irene Mancuso, Contract Specialist via fax (410)306-3889, or via email ire ne.mancuso@us.army.mil. Statement of Work Request for Information on Availability of Commercial Narrow-Body Aircraft for Potential Purchase 1.0 OBJective. Dependant upon aircraft availability, cost and funding, the Aberdeen Test Center (ATC) will purchase ONE (1) used narrow-body airframe/fuselage from any one of the following types (All Series): Airbus A-318, A-319, A-320, A-321, A-322 OR Boe ing 737-300 or later (more recent) series OR Boeing 757 (all series. The narrow-body aircraft purchased shall be in the passenger aircraft configuration and include all passenger cabin interior furnishings (gallies, lavotories, walls, partitions, doors, o verhead bins, seats, etc..) and cargo compartment interior components (liners, fire suppression system, etc...). The number of cycles and aircraft age is not specified but will be required to be disclosed prior to purchase. The fuselage will be in such c ondition that it would be capable of being pressurized (using an outside air supply furnished by the government or its agent) so as to support a miimum differential of 7.5 psi as compared to outside (ambient) air pressure. 2.0 INTRODUCTION. Under a contract between ATC and CONTRACTOR, one (1) USED aIRBUS OR bOEING AIRCRAFT COMPRISING ANY OF THE MODELS/SERIES NOTED IN sECTION 1.0 WILL BE PURCHASED. aLL LOGISTICS OF THE DELIVERY LOCATION OF THE AIRCRAFT, PARTS TO BE RETAINED , AND PARTS TO BE REMOVED WILL ALL BE NEGOTIATED WITHIN THIS CONTRACT. 3.0 REQUIREMENTS. 3.1 GENERAL. CONTRACTOR shall provide all required resources to accomplish the tasks described herin. 3.2 TASKS 3.2.1 CONTRACTOR will deliver the airframe to Phillips Airfield Airbase Range 3, or some other test location at the Aberdeen Proving Ground (APG) in Aberdeen, Maryland. 3.2.2 ATC will be provided access to the CONTRACTOR'S facility in order to perform a site inspection of the aircraft prior to purchase and delivery. The following items will remain intact: a. An passenger, emergency exit, and cargo hold doors and associated mechanisms for opening, closing and latching; b. the flight deck door and bulkhead structure (if applicable); c. all overhead passenger stowage bins. d. all passenger seats; e. all aircraft environmental and venting systems; f. all flight deck and passenger windows (if applicable); g. all main deck sidewalls panels and associated interior fixtures (carpets, liners, insulation, etc...) 3.2.3 CONTRACTOR will notify ATC in writing in the event that the aircraft cannot be delivered by CONTRACTOR to ATC by date CONTRACTOR had agreed to due to force majeure or due to destruction of or damage to the aircraft prior to delivery to ATC. In the e vent that the aircraft is damaged beyond reasonable economic repair, this agreement will trminate, without liability or obligation on the part of either party, exceppt that CONTRACTOR will refund to ATC any sums received by CONTRACTOR in payment of the pu rchase price of the aircraft. 3.2.4 Upon receipt of the total purchase price by CONTRACTOR, CONTRACTOR will deliver to ATC Airframe Warranty Bill of Sales and ATC Bill of Sales. ATC will assist or be responsible for the tasks described below: 3.2.5 Removal of the aircraft from contractor's shipment truck upon delivery at APG. 3.2.6 ATC intends to use the aircraft solely for destructive testing purposes and ATC agrees that it will not allow the aircraft, nor any of its component parts (other than those items CONTRACTOR retains prior to the commencement of such destructive testing) to be used on any aircraft by any party. Prior to the commencement of any testing of the aircraft, ATC agrees that it will either (i) paint the aircraft in standard aircraft white, or (ii) remove all paint on the aircraft so as to cover any distinctive amrkings included in CONTRACTOR's livery (including distinctive paint scheme and any logos visible on the exterior of the aircraft). ATC will take further actions to alter the appearance fo the aircraft as CONTRACT OR may reasonably request, as to minimize or eliminate any public recognition that the aircraft were previously owned or operated by CONTRACTOR. 4.0 PERIOD OF PERFORMANCE. Shall be for a period not to exceed 2 months.
 
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
SN01426017-W 20071003/071001223504 (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.