Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 10, 2009 FBO #2847
SOLICITATION NOTICE

29 -- NSN 7H 6110-01-501-7366; Control Indicator, P/N V0-300-249-07

Notice Date
9/8/2009
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
333611 — Turbine and Turbine Generator Set Units Manufacturing
 
Contracting Office
Defense Logistics Agency, DLA Acquisition Locations, Defense Supply Center Columbus, P O Box 3990, Columbus, Ohio, 43218-3990
 
ZIP Code
43218-3990
 
Solicitation Number
SPRMM1-09-Q-PW55
 
Archive Date
9/24/2009
 
Point of Contact
Debora Paules, Phone: 7176052719
 
E-Mail Address
debora.paules@dla.mil
(debora.paules@dla.mil)
 
Small Business Set-Aside
N/A
 
Description
28--LM2500 Gas Turbine Engine - SPARE PART - CONTROL INDICATOR DLA, Mechanicsburg intends to acquire the following material in support of a US Navy requirement. 3 each Control Indicators, Nona. Vericor Part Number VO-300-249-07. Packaging in accordance with MIL-STD 2073-1D. Marking in accordance with MIL-STD-129P. This is a combined synopsis/solicitation issued in accordance with FAR Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotations are being requested based on this notice. A written solicitation will not be issued. SPRMM1-09-Q-PW55 is issued as a Request for Quotation (RFQ), under the Simplified Acquisition Procedures (SAP), Part 13.5. Quotes submitted in response to this solicitation must be received by the Contracting Officer by 2:00 P.M., Local time, 09 SEP 2009. The NAICS code is 333611. The small business size standard is 1000 Employees. FOB Origin applies. This procurement is for a firm fixed price contract. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-25. The clauses and provisions referenced in this solicitation may be obtained in full text form at http://www.acquisition.gov/comp/far/index.html The following provisions and clauses apply to this acquisition: FAR 52-212-1, Instructions to Offerors Commercial Items; 52.212-3 Offeror Representations and Certifications Commercial Items; 52.212-4, Contract Terms and Conditions commercial Items and 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive orders – Commercial Items. In paragraph (b) of 52.212-5, the following apply: 52.203-6, 52.219-8, 52.219-23, 52.222-19, 52.222-21; 52-222-26, 52.222-35; 52.222-36, 52.222-39, 52.222-50, 52.225.13, 52.232.33. The following DFARS Clauses also apply: 252.212-7000 and 252.212-7001. In paragraph (a) and (b) of 252.212-7001, the following apply: 52.203-3, 252.225-7001, 252.225-7012, 252.225-7014, 252.225-7016, 252.225-7021, 252.225-7027, 252.225-7028, 252.232-7003, 252.243-7002, 252.247-7023. Offerors shall be registered at the Central Contractor Registration website (www.ccr.gov). Offerors shall also include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications – Commercial Items with its offer; however, only the information required of paragraph (l) need to be provided if the company is registered at the Online Representations and Certifications Application (ORCA) website (http://orca.bpn.gov). The award made as a result of this solicitation will be DO rated. The contract will be awarded using the lowest priced technically acceptable means for determining best value. Companies responding to this notice shall quote price and delivery for the required item of supply. NAVICP intends to satisfy this requirement by placing a firm fixed price order under simplified acquisition procedures. The proposed contract action is for supplies for which the government intends to solicit and negotiate with only one source as described at FAR 13.501(a). Other interested persons may identify their interest and capability to respond to the requirement by submitting a quote to the NAVICP Point of Contact listed below. All quotes received by the time and date established above for receipt of quotes will be considered by the government. A determination by the Government not to compete this proposed contract based upon responses to this notice is solely within the discretion of the Government. Information received will normally be considered solely for the purpose of determining whether to conduct a competitive procurement. Responses to this notice may be sent to the DLA Contracting Officer, Debora Paules, Code ZIA5, 5450 Carlisle Pike, Mechanicsburg PA 17055-0788. Quotes also may be faxed to (717)605-2612 or emailed to debora.paules@dla.mil.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DLA/J3/DSCC/ SPRMM1-09-Q-PW55/listing.html)
 
Record
SN01946314-W 20090910/090909090544-c626ce11abebc02118d3c8b78cb9252e (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.