Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF NOVEMBER 23, 2007 FBO #2188
SOLICITATION NOTICE

16 -- Helicopter Main Rotor Blades

Notice Date
11/21/2007
 
Notice Type
Solicitation Notice
 
NAICS
423860 — Transportation Equipment and Supplies (except Motor Vehicle) Merchant Wholesalers
 
Contracting Office
Department of Agriculture, Animal and Plant Health Inspection Service, Administrative Services Division/Contracting, 100 North 6TH Street Butler Square 5TH Floor, Minneapolis, MN, 55403, UNITED STATES
 
ZIP Code
00000
 
Solicitation Number
AG-6395-S-08-0011
 
Response Due
11/29/2007
 
Archive Date
12/14/2007
 
Point of Contact
Jason Wilking, Contract Specialist, Phone 612-336-3210, Fax 612-370-2106
 
E-Mail Address
Jason.L.Wilking@aphis.usda.gov
 
Small Business Set-Aside
Total Small Business
 
Description
(i) This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, in conjunction with FAR 13.5, as applicable, and as supplemented with additional information included in this notice. This acquisition is being conducted in accordance with FAR Subpart 13.5 test program procedures for commercial items. Simplified acquisition procedures will be followed. (ii) This announcement constitutes the only solicitation; quotations are being requested and a written solicitation will not be issued. (iii) This combined synopsis/solicitation will result in a firm fixed price commercial supply contract. (iv) This requirement is a small business set aside. The NAICS Code is 423860. The small business size standard is 100 employees, or less. (v) OBJECTIVE: This requirement is for two factory new main rotor blades for the United States Department of Agriculture (USDA) Animal Plant Health Inspection Service (APHIS), Wildlife Services (WS) . (vi) The PERIOD OF PERFORMANCE for this contract is: not to exceed 15 days from award. (vii) REQUIREMENT AND QUANTITIES: This requirement consists of one line item: CLIN 001: The contractor shall furnish and deliver 2 factory new main rotor blades for a Bell OH-58 helicopter. Part number 206-011-250-119 (viii) DELIVERABLES: The selected contractor must be able to deliver the equipment within 15 calendar days after receipt of an order. Deliverables and acceptance of deliverables for the rotor blades will be FOB destination Helena Aircraft Inc, 3232 Airport Road, Helena MT 59601. (ix) TECHNICAL SPECIFICATIONS: 2 factory new main rotor blades for a Bell OH-58 helicopter. Part number 206-011-250-119 (x) INSPECTION AND ACCEPTANCE. FOB Destination within 15 days ARO, Helena MT. (xi) The provisions and clauses incorporated into this solicitation document are those in effect at the time of publication. Provisions and clauses incorporated by reference have the same force and effect as if they were given in full text. The full text of the Federal Acquisition Regulation (FAR) can be accessed on the Internet at http://www.arnet.gov/far/ (xii) The provision at 52.212-1 Instructions to Offerors - Commercial applies to this solicitation. (xiii) The provision at 52.212-2 Evaluation - Commercial Items applies to this solicitation. Award will be made to the responsible offeror whose offer conforming to this combined synopsis/solicitation will be the lowest priced technically acceptable offer to the Government. (xiv) The provision 52.212-3 Offeror Representations and Certifications - Commercial Items applies to this solicitation. The contractor shall either complete the on-line Offeror Representations and Certifications or return a completed copy of the Offeror Representations and Certifications with their quotation. The Online Reps and Certs Application Representations and Certifications Application (ORCA) can be found at http://www.bpn.gov., or a hard copy of the provision as well as all clauses incorporated by reference may be attained from http://www.arnet.gov/far. (xv) The clause at 52.212-4 Contract Terms and Conditions - Commercial Items applies to this acquisition. (xvi) 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 FAR clauses identified in FAR 52.212-5 are considered checked and are applicable to this acquisition: 52.203-6 Restrictions on Subcontractor Sales to the Government ALT I; 52.219-6 Notice of Total Small Business Set-Aside; 52.219-8 Utilization of Small Business Concerns; 52.219-28 Post Award Small Business Program Representation; 52.222-3 Convict Labor; 52.222-19 Child Labor: Cooperation with Authorities and Remedies; 52.222-21 Prohibition of Segregated Facilities; 52.222-22 Previous Contracts and Compliance Reports; 52.222-26 Equal Opportunity; 52.222-35 Equal Opportunity for Special Disabled Veterans of the Vietnam Era, and Other Eligible Veterans; 52.222-25 Affirmative Action Compliance; 52.222-36 Affirmative Action for Workers with Disabilities; 52.222-37 Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans; 52.222-39 Notification of Employee Rights Concerning Payment of Union Dues or Fees; 52.222-50 Combating Trafficking in Persons; 52.225-3 Buy American Act-Free Trade Agreements-Israeli Trade Act; 52.225-13, Restrictions on Certain Foreign Purchases; 52.232-33 Payment by Electronic Funds Transfer Central Contractor Registration (CCR). To be awarded this contract, the offeror must be registered in the CCR. CCR information may be found at http://www.ccr.gov. (xvii) Quotations are due to the United States Department of Agriculture, Minneapolis Contracting Office, 100 North Sixth Street, Butler Square, 5th Floor, Minneapolis, MN 55403 by 1:30 PM CT, November 29, 2007. Please reference the quote number on your documents. Please send quotes by fax or regular mail. (xxiii) The assigned Contract Specialist is Jason Wilking. Jason may be reached at jason.l.wilking@aphis.usda.gov, (612) 336-3210 or by fax at (612) 370-2106. (xix) A COMPLETE QUOTE WILL CONSIST OF THE FOLLOWING: 1) Price for line item, CLIN 01. All overhead and ancillary costs associated with providing the line item shall be assumed by the Contractor, and should be factored into the quote. Quotes should be of sufficient detail to determine their adequacy 2) Signature of the offeror on the page which lists the price. 3) A completed copy of the provisions at FAR 52.212-3, Offeror Representations and Certifications-Commercial Items OR confirmation that this has been completed on-line. If an offerors quote does not contain all of the items listed above, the quote may be considered incomplete for evaluation purposes and no further consideration will be given to the offerors quote, thereby making an offeror ineligible for award.
 
Place of Performance
Address: 3232 Airport Road, Helena MT
Zip Code: 59601
Country: UNITED STATES
 
Record
SN01456571-W 20071123/071121223322 (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.