Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF NOVEMBER 26, 2009 FBO #2924
SOLICITATION NOTICE

51 -- Various aircraft support equipment

Notice Date
11/24/2009
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
332212 — Hand and Edge Tool Manufacturing
 
Contracting Office
M00146 MARINE CORP AIR STATION CHERRY POINT Supply Directorate Contracting Department Bldg 159 PSC Box 8018 Cherry Point, NC
 
ZIP Code
00000
 
Solicitation Number
M0014609T2302
 
Response Due
12/8/2009
 
Archive Date
1/8/2010
 
Point of Contact
Velma Kelly 252-466-7726 Debora Berget - 252-466-7766
 
E-Mail Address
Email address
(velma.kelly@usmc.mil)
 
Small Business Set-Aside
N/A
 
Description
The Marine Corps Air Station, Cherry Point, NC has a requirement for various aircraft support equipment. 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. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. Solicitation number M00146-09-T-2302 is hereby issued as a Request for Quotation. The incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-37 and Defense Acquisition Circular 98-112. This acquisition is unrestricted. The North American Industry Classification System code 332212, with a small business size standard of 500 employees. This requirement is for a firm fixed priced contract for the following aircraft support equipment: Item 0001 - 2 each, Compressor, seal, NSN 5120-00-008-5594, P/N 65700-65138-101manufactured by Sikorsky Aircraft Corporation, cage code 78286. Item 0002 - 2 each, Step plate, mechanical puller, NSN 5120-00-055-5038, P/Ns 630-9 or 8065 manufactured by SPX Corporation, cage code 45225. Item 0003 - 2 each, Inserter, weatherstrip, window gla., NSN 5120-00-075-8307, P/Ns 201-1640 manufactured by Sommer & MACA Industries, Inc. dba SOMACA, cage code 55899 or P/N 756460 manufactured by Spectron, Inc., cage code15368 and Pegasus Inc. cage code 53292. Item 0004 - 1 each, Installation tool, NSN 5120-00-111-3563, P/N T56300 manuufactured by Hydro-Aire Inc., cage code 81982. Item 0005 - 2 each, Press, tube, NSN 5120-00-113-5753, P/N KYX00-2305, manufactured by Donaldson Company, Inc., cage code 18265. Item 0006 - 2 each, Stamping machine, NSN 7490-00-680-2437, P/N M101-A manufactured by Illinois Tool Works, Inc., dba Norwood Marking Systems, cage code 83056. Item 0007 - 1 each, Wrench, compressor, NSN 5120-00-837-9180, P/Ns CPWA30331 and PWC30331 manufactured by Pratt and Whitney Canada, Inc., cage code 00198 and Kell-Strom Tool International, Inc. Item 0008 - 1 each, Wrench, spanner, NSN 5120-00-911-8649, P/N 28072 manufactured by Moog Inc., cage code 99932. Item 0009 - 3 each, Wrench, spanner, NSN 5120-00-948-3902, P/N 65700-10031-041 manufactured by Sikorsky Aircraft Corporation, cage code 78286. Item 0010 - 2 each, Wrench, spanner, NSN 5120-01-111-0772, P/N 21C7008G01 manufactured by General Electric Company, cage codes 07482 and 99207. Item 0011 - 3 each, Socket, wrench, face spanner, NSN 5120-00-948-3917, P/N 65700-10019-041 manufactured by Sikorsky Aircraft Corporation, cage code 78286. Item 0012 - 3 each, Wrench, flange nut, NSN 5120-00-948-3930, P/N 65700-35500-101 manufactured by Sikorsky Aircraft Corporation, cage code 78286. Item 0013 - 16 each, Attenuator, variable, NSN 5985-01-119-1180 manufactured by ECA Etablissement Central DES, cage code SCY13. Item 0014 - 1 each, Cable set, adapter, NSN 4920-01-146-0251, P/N 310C247 manufactured by BFM Energy Products Corporation, cage 62793. Item 0015 - 1 each, Resistor, coaxial, NSN 6625-01-150-1897, P/N 8404 manufactured by Bird Electronic Corporation, cage code 70998. Item 0016 - 2 each, Rotor trans fld fil, NSN 3040-01-546-1238, P/N 061480-100 manufactured by Hydraulics International, Inc., cage code 56529. The delivery requirements are FOB destination and are to be delivered to Marine Corps Air Station, Cherry Point, NC 28533. Delivery is required within three (3) weeks of award or sooner. The following provisions and addendum apply to this acquisition. FAR 52.212-1, Instructions to Offers - Commercial Items. FAR 52.212-1 Addendum. The following addition/changes are made to FAR Provision 52.212-1, which is incorporated by reference:The following provision(s) is/are hereby incorporated by reference:FAR 52.211-14 Notice of Priority Rating For National Defense Use. Evaluation procedures: Award shall be made to the lowest priced responsible offeror(s), whose offer conforms to the solicitation, and who demonstrates acceptable past performance. Offeror's will be evaluated on the basis of advantages and disadvantages to the Government that might result from making more than one award (multiple awards). It is assumed, for the purpose of evaluating offers, that $500 would be the administrative cost to the Government for issuing and administering each contract awarded under this solicitation, and individual awards will be for the items or combinations of items that result in the lowest aggregate cost to the Government, including the assumed administrative costs, as long as the offeror's past performance record demonstrates satisfactory performance. FAR 52.212-3, Offer Representation and Certifications-Commercial Items, Alternate I. A completed copy of this provision shall be submitted with the offer. The following clauses and addendum are incorporated and are to remain in full force in any resultant purchase order: FAR 52.212-4, Contract Terms and Conditions Commercial Items. FAR 52.212-4 Addendum. The following addition/changes are made to FAR Clause 52.212-4, which is incorporated by reference:The following clause(s) is/are hereby incorporated by reference:FAR 52.211-15 Defense Priority and Allocation Requirement.DFAR 252.211-7003 Item Identification and Valuation. FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items, to include the following clauses listed at paragraph 52.212-5 (b): 52.219-28, Post Award Small Business Program Representation, 52.222-3, Convict Labor,52.222-19, Child Labor,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, and Other Eligible Veterans, 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,52.225-13, Restriction on Certain Foreign Purchases, and 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration. DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items, applies with the following clauses applicable for paragraph (b); 252.203-7000, Requirements Relating to Compensation of Former DoD Officials,252.225-7036 Alt 1, Buy American Act-North American Free Trade Agreement Implementation Act-Balance of Payment Program,(18) 252.232-7003 Electronic Submission of Payment Requests, (21)(i) 252.247-7023 Transportation of Supplies by Sea. This requirement has a Defense Priorities and Allocations System (DPAS) rating of DO-A1. All quotes must be received no later than 3:oo p.m., Eastern Standard Time, 08 December 2009. Point of Contact: Velma Kelly, Contract Specialist, Phone 252-466-7726, Fax 252-466-8492, Email velma.kelly@usmc.mil. You may Email or fax your quote to the above. Offers sent via the US Postal Service should be mailed to: Supply Directorate, Contracting Department Attn: Velma Kelly code SUL3C Supply MCAS, PSC Box 8018 Cherry Point NC 28533-0018. All quotes not sent through the US mail (excluding Email and faxes) shall be sent to Cunningham Street, Building 159, Door T1, MCAS, Cherry Point, NC 28533. Direct delivery of quote is only possible during weekdays, excluding federal holidays, between the hours of 8:00 AM and 4:00 PM.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/USMC/M00146/M0014609T2302/listing.html)
 
Record
SN02011214-W 20091126/091125000100-f56bb4e1d23236f584df2e677934cfdf (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.