Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 02, 2008 FBO #2288
SOLICITATION NOTICE

16 -- Internal Auxiliary Fuel System Installation Kit A- P/N HM025-500-71, for APACHE AH-64D

Notice Date
2/29/2008
 
Notice Type
Solicitation Notice
 
NAICS
111199 — All Other Grain Farming
 
Contracting Office
RDECOM Acquisition Center - Aberdeen, ATTN: AMSSB-ACC-A, 4118 Susquehanna Avenue, Aberdeen Proving Ground, MD 21005-3013
 
ZIP Code
21005-3013
 
Solicitation Number
W91CRB08T0054
 
Response Due
3/7/2008
 
Archive Date
5/6/2008
 
Point of Contact
lisa.yamakawa, 410-278-6129
 
E-Mail Address
Email your questions to RDECOM Acquisition Center - Aberdeen
(lisa.j.yamakawa@us.army.mil)
 
Small Business Set-Aside
N/A
 
Description
This is a combined synopsis/solicitation for commercial items prepared under the authority of FAR 13.5, Test Program for Certain Commercial Items and 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. The combined synopsis/solicitation number is W91CRB08T0054, for a Foreign Military Sales requirement. The re quirement is for thirty (30) Internal Auxiliary Fuel System (IAFS) Installation Kit A, Part number (P/N) HM025-500-71, manufactured by Robertson Aviation, for the Apache AH-64D helicopter, or an equal, in support of the United States Army Security Assistan ce Command. Each kit shall include the following components: P/N(s) HM025-082-11, HM025-085-11, HM025-117-11, HM025-030-BSC, HM025-084-11, H/M025-083-11, HM022-104-51, HM025-083-21, HM025-086-11, HM025-086-21, HM025-084-21, HM025-119-1, HM025-128-1, 389- 10M1, 389-18M1 and Ammo door parts; HM025-114-11, HM025-097-1, HM025-095-21, HM025-078-11, HM020-134-3, or an equal. This is an urgent requirement, therefore it is requested that, a minimum five (5) kits be shipped as soon as possible with all remaining ki ts delivered no later than 31 March 2008. Offerors proposing an equal shall submit additional documentation to include but not limited to; product description, technical data sheets, pictures, to allow proper technical evaluation of the proposed equivalen t to ensure it is technically acceptable. The Government intends to award a Firm Fixed Price (FFP) type contract resulting from this solicitation to the most responsible offeror whose offer conforming to the solicitation will be most advantageous t o the Government. The evaluation factors are price, delivery and past performance with price and delivery being equal. Contractors are requested to provide FOB Destination pricing for the aforementioned quantities, to include your best delivery schedule fo r the first five (5) kits and for the twenty-five (25) remaining kits. The following documents are available on the Army Single Face to Industry Website (https://acquisition.army.mil/asfi/): 1) Shipping Instructions; and 2) WAWF Invoicing Instructions. The provision at 52.211-6, Brand name or Equal, applies to this acquisition. The provision at 52.212-3, Offeror Representations and CertificationsCommercial Items, applies to this acquisition. An offeror shall complete only paragraph (k) of 52.212-3 if the offeror has completed the annual representations and certificates electronically at http://orca.bpn.gov . If an offeror has not completed the annual representations and certifications electronically at the ORCA website, the offeror shall complete on ly paragraphs (b) through (i) of this provision and provide it with their offer. The clause at 52.204-7, Central Contractor Registration; 52.212-4, Contract Terms and Conditions--Commercial Items, applies to this acquisition. The clause at 52.212-5, Contr act Terms and Conditions Required To Implement Statutes or Executive Orders--Commercial Items, applies to this acquisition. Additional FAR clauses cited in this clause are applicable: (1) 52.203-6, Restrictions on Subcontractor Sales to the Government, (7 ) 52.219-8, Utilization of Small Business Concerns;(16) 52.222-3, Convict Labor; (17) 52.222-19, Child LaborCooperation with Authorities and Remedies (18) 52.222-21 Prohibition of Segregated Facilities (19) 52.222-26 Equal Opportunity; (20) 52.222-35, Equ al Opportunity For Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (21) 52.222-36, Affirmative Action For Workers with Disabilities, (22) 52.222-37 Employment Reports on Disabled Veterans and Veterans of the Vietnam Era, (24) 52.222-50 Combating Trafficking in Persons, (31) 52.225-13, Restriction on Certain Foreign Purchases (36) 52.232-33, Payment by Electronic Funds Transfer- Central Contractor Registration (October 2003). The clause at DFARS 252.204-7000 Disclosure of Information, applies to this acquisition. A completed copy of the provision at DFARS 252.212-7000, Offeror Representations and Certifications-Commercial Items, must be provided with offers. The clause at DFARS 252.212-7001 applies to this acquisition. Additional FAR/DFAR clauses cited in this clause are applicable; 52.203-3, Gratuities, (5) 252.225-7012, Preference for Certain Domestic Commodities, (10) 252.225- 7027, Restriction on Contingent Fees for Foreign Military Sales,(17) 252.232-7003, Electronic Submission of Payment Requests (MAR 2007) Additional clauses that apply to this acquisition: 52.246-2, Inspection of Supplies-Fixed Price, 252.204-7004 Required Central Contractor Registration. The full text of the FAR and DFARS references may be accessed electronically at this address: http://farsite.hill.af.mil. Responses to this RFP must be signed, dated, and received by 7 March 2008 (Friday), no later th an 10:00 AM EST at the US Army RDECOM Acquisition Center, AMSRD-ACC-CC (Lisa Yamakawa), 4118 Susquehanna Avenue, Aberdeen Proving Ground, MD 21005-3013, lisa.j.yamakawa@us.army.mil . Offerors shall, in the event the item being quoted is from a Federal GSA /VA Schedule, please furnish the following information with your quotation: A.) GSA/VA contract number: B.) Expiration date of contract: C.)Minimum/maximum order limitation: D.) Additional Offered Discounts. E.) Contractor and Government Entity Code (CAGE) : F.) Data Universal Numbering System (DUNS) Number: G.) Tax Identification Number: VENDOR MUST PROVIDE ALL REQUESTED INFORMATION AND COMPLETE ALL CLAUSES OR THEIR QUOTATION MAY BE RENDERED NOT ACCEPTABLE. ***NOTE: E-mail submissions are acceptabl e/preferred; however, do not send .zip files, as they will be automatically deleted by our e-mail server. 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 Lisa J. Yamakawa, Contract Specialist Intern, phone (410) 278-6129, fax (410) 306-3920, or email lisa.j.yamakawa@us.army.mil.
 
Place of Performance
Address: RDECOM Acquisition Center - Aberdeen ATTN: AMSSB-ACC-A, 4118 Susquehanna Avenue Aberdeen Proving Ground MD
Zip Code: 21005-3013
Country: US
 
Record
SN01520904-W 20080302/080229225244 (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.