Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 05, 2009 FBO #2687
SOLICITATION NOTICE

31 -- All Bearing Purchase for AGT 1500

Notice Date
4/3/2009
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
332991 — Ball and Roller Bearing Manufacturing
 
Contracting Office
Department of the Army, National Guard Bureau, USPFO for Kansas, 2737 South Kansas Avenue, Topeka, Kansas, 66611-1170, United States
 
ZIP Code
66611-1170
 
Solicitation Number
W912JC-09-R-5720
 
Archive Date
5/1/2009
 
Point of Contact
Robert M. Parvin,, Phone: 785-274-1944
 
E-Mail Address
robert.parvin@us.army.mil
 
Small Business Set-Aside
N/A
 
Description
Description: This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR subpart 12.6 as supplemented with additional information included in this notice. Simplified Acquisition Procedures will be utilized. The NAICS code is 332991. There is no small business set aside for this procurement. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. This solicitation W912JC-09-R-5720 is issued as a Request for Proposal (RFP) applicable to the AGT 1500 Gas Turbine Engine for the purchase of the following: # 1 Bearing NSN: 3110-01-089-9832 Army P/N 12286845 Honeywell P\N 3-300-375-03 # 2 & #3 Bearing NSN: 3110-01-161-2132 Army P/N 12284392 Honeywell P\N 3-300-551-02 # 4 Bearing NSN: 3110-01-097-0341 Army P/N 12286844 Honeywell P\N 3-300-374-02 # 5 Bearing NSN: 3110-01-091-5532 Army P/N 12286828 Honeywell P\N 3-300-276-04 # 6 & #7 Bearing NSN: 3110-01-078-6004 Army P/N 12286821 Honeywell P\N 3-300-222-02 # 8 Bearing NSN: 3110-01-072-9964 Army P/N 12286843 Honeywell P\N 3-300-373-03 # 10 Bearing NSN: 3110-01-073-0735 Army P/N 12286800 Honeywell P\N 3-300-011-03 # 11 Bearing NSN: 3110-01-095-7681 Army P/N 12286931 Honeywell P\N 3-300-455-03 # 12 Bearing NSN: 3110-01-093-4420 Army P/N 12286826 Honeywell P\N 3-300-269-03 # 13 Bearing NSN: 3110-01-074-3600 Army P/N 12286838 Honeywell P\N 3-300-347-02 # 14 Bearing NSN: 3110-01-077-7953 Army P/N 12286864 Honeywell P\N 3-300-424-02 This is restricted to approved vendors of the U.S. Army Tank Command, Warren, Mi. 48397-5000 and/or Honeywell Inc., Defense & Space, 1300 W. Warner Road, Tempe, AZ 85285-2200. These parts require engineering source approval by the design control activity (U.S. Army Tank Command) in order to maintain the quality of the part. All Offerors must meet prequalification requirements in order to be eligible for award. Firms that recognize and can produce the required item described above are encouraged to identify themselves. All responsible sources may submit an offer, which shall be considered by the Agency. Contract Type: This is a single award ID-IQ (Indefinite Delivery, Indefinite Quantity) contract awarded on the basis of Lowest Price Technically Acceptable. The base year contract begins May 2009 thru May 2010 with the option for four additional one-year periods. The additional one year contract options are exercised if the product performance and customer service from the contractor is deemed to be of a satisfactory or better nature. Simplified Acquisition Procedures will be utilized. Estimated quantities: There is an estimated maximum qty of 200 units per bearing for the base contract and 250 units each option year that is exercised thereafter. The guaranteed minimum quantity to be purchased is 50 units per bearing for the base year and 50 units per bearing listed each option year exercised by the Government thereafter. The estimated maximum quantities are estimates only based on past historical usage and in no way entitles the contractor to an equitable payment if the maximum quantities are not met or exceeded. Delivery: Deliveries will be made to the Advance Turbine Engine Army Maintenance (ATEAM), Bldg. 741, Fort Riley, KS. All deliveries will be F.O.B. Destination. Be sure to include delivery costs in the proposal costs. Applicable Requirements and Clauses: This solicitation incorporates the provisions which are in effect through Federal Acquisition Circular 2005-28 effective as of 12 Dec 2008. All clauses and provisions as of the date of the notice apply to this solicitation. The provision at FAR 52.212-3, Offerors Representations and Certifications applies to this acquisition. A completed-signed copy of this provision shall be submitted with any proposal. The clause at FAR 52.212-4, Contract Terms and Conditions applies to this acquisition. The clause at FAR 52.212-5, Contract terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items applies to this acquisition. Under paragraph b, the following clauses are incorporated: 52.203-6, Restrictions on Subcontractor(s) Sales to the Government, with Alternate I 52.222-3, Convict Labor 52.222-19, Child Labor-Cooperation with Authorities and Remedies 52.222-21, Prohibition of Segregated Facilities 52.222-26, Equal Opportunity 52.222¬35; Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans; 52.222-36, Affirmative Action for Workers with Disabilities; 252.222-37, 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 52.223-9, Estimate of Percentage of Recovered Material Content for EPA-Designated Products; 52.225-13 Restrictions on Certain Foreign Purchases 52.232-33, Payment by Electronic Funds Transfer –Central Contractor(s) Registration www.ccr.gov The clause at DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statutes to Defense Acquisition of Commercial Items is applicable to this acquisition. Simplified Acquisition Procedures will be utilized. The clause at DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statutes to Defense Acquisition of Commercial Items is applicable to this acquisition. Contact Information: For technical questions please contact George W. Freyberger, (785) 239-8156, or e-mail george.freyberger@ng.army.mil Offers are due on Thursday 16 April 2009 by 2pm central standard time, by e-mail, fax, or mail. Mail to the Contracting Specialist, USPFO for Kansas, 2737 S. Kansas Ave., Topeka, KS 66611-1170 or fax to (785) 274-1642 Attn. CPT Robert Parvin; or e-mail to: robert.parvin@us.army.mil.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=ff427a68aabac51bf1b7d3dcd899010f&tab=core&_cview=1)
 
Place of Performance
Address: FT Riley, Kansas, 66442-0345, United States
Zip Code: 66442-0345
 
Record
SN01785712-W 20090405/090403221401-ff427a68aabac51bf1b7d3dcd899010f (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.