Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 27, 2011 FBO #3471
SOLICITATION NOTICE

81 -- FUPP Shipping & Storage Containers

Notice Date
5/25/2011
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
332322 — Sheet Metal Work 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-11-R-5704
 
Archive Date
6/21/2011
 
Point of Contact
Linda M. Ehrhart, Phone: 7852741542
 
E-Mail Address
linda.ehrhart@ng.army.mil
(linda.ehrhart@ng.army.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
Description: This is a combined synopsis/solicitation for commercial items prepared 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. Contract Type: This solicitation # W912JC- 11-R-5704 is issued as a one time purchase of 20 e ach. Multiple awards WILL NOT be made under this solicitation. Shipping and Storage Container, Full-Up Power Pack (FUPP) NSN: 8145-01-251-1903, ARMY P/N: 12344459 REV D. Reports: Awarded contractor shall provide a final inspection report with each item. Schedule: Offerors shall submit a delivery schedule. Shipping: Delivery shall be FOB Destination (freight included) with deliveries to Advance Turbine Engine Army Maintenance (ATEAM), 741 Ray RD, FT Riley, KS 66440-0345. Contractor will be responsible for any shipping incurred due to a valid Quality Deficiency Report (QDR) return. Contractor will package parts in accordance with ASTM 3951. Cost: The award will be determined by the offer that is Lowest Price Technically Acceptable (LPTA). A technically acceptable proposal is one in which the contractor meets all requirements listed in the solicitation. To be technically acceptable you must be an approved vendor of the U.S. Army Tank Command, Warren, MI 48375-500 and Honeywell, Inc., Defense & Space, 1300 W. Warner Road, Tempe, AZ 85285-2000.. Lowest price will be evaluated by the lowest overall price of the aggregate sum of base year and all option years. Technical: 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 qualification requirements in order to be eligible for award. Firms that recognize and can produce the r equired items described above are encouraged to submit a proposal. The OEM holds the proprietary technical specifications. Firms that recognize and can service the required item described above are encouraged to submit a proposal. Warranty: ATEAM is requiring the awarded contractor to provide a 1 year warranty for each part produced. The warranty will only be applicable to the workmanship and not misuse. If the part fails ATEAM incoming inspection (standards provided by ATEAM) ATEAM will log the part and contact awarded contractor to determine disposition. If the part fails due to workmanship and within the year time frame of the warranty ATEAM will log the part and contact contractor for a unit replacement. References: Information should include a list of prior contracts for this item awarded within the past 3 years if applicable. The information shall include a valid point of contact, telephone number, contract number and dollar amount. Not doing so or having negative past performance with a previous vendor may cause the offeror to be found not technically acceptable and removed from consideration of award. Applicable Information: In order to receive an award, registration is required in the Central Contractor Registration database at www.ccr.gov. The Offeror's Reps and Certs are to be updated through the ORCA website at https://orca.bpn.gov/. 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 Sales to the Government, with Alternate I 52.272-3 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 52.232-18 Availability of Funds Next Fiscal Year 52.232-33, Payment by Electronic Funds Transfer -Central Contractor Registration 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. For questions please e-mail the Contracting Officer: linda.ehrhart@us.army.mil. Offers are due by 2:00 PM CST, Monday, June 6, 2011, e-mail referenced above, fax: 785-274-1642, or mail: Attn: Linda Ehrhart, USPFO for Kansas, 2737 S. Kansas Ave., Topeka, KS 66611-1170.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/NGB/DAHA14/W912JC-11-R-5704 /listing.html)
 
Place of Performance
Address: ATEAM, Bldg. 741, Fort Riley, Kansas, 66442, United States
Zip Code: 66442
 
Record
SN02456399-W 20110527/110525234406-bed028d932b4e54e1829f87d84d3e0ef (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.