Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 18, 2011 FBO #3493
MODIFICATION

61 -- KA-39 Power Converters

Notice Date
6/16/2011
 
Notice Type
Modification/Amendment
 
NAICS
335311 — Power, Distribution, and Specialty Transformer Manufacturing
 
Contracting Office
Other Defense Agencies, U.S. Special Operations Command, Technical Applications Contracting Office (TAKO), ATTN: AMSAM-TASO-K, Lee Boulevard, Building 401, Fort Eustis, Virginia, 23604-5577
 
ZIP Code
23604-5577
 
Solicitation Number
H92241-11-T-0002
 
Archive Date
7/6/2011
 
Point of Contact
Stacey N. Kirkland, Phone: 7578783299
 
E-Mail Address
stacey.kirkland@us.army.mil
(stacey.kirkland@us.army.mil)
 
Small Business Set-Aside
N/A
 
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. This synopsis/solicitation is being issued as a Request for Quote (RFQ) using Simplified Acquisition Procedures under the test program for certain commercial items found at FAR Part 13.5. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-30 and Defense Federal Acquisition Regulation Supplement, Defense Change Notice (DCN) 20090115. The NAICS code is 335311 and the small bussiness size standard is 750 Employees. The U.S. Special Operations Command requires twelve (12) Honeywell/Bendix-King KA-39 Power Converters (P/N 071-01041-0001) to support Special Operations Aircraft (SOA). This is a brand name specific purchase, no equivalent part will satisfy this requirement. Equipment shall be delivered to Lexington, KY. The date requested for delivery is 90 days after receipt of the order. FOB point is Orgin. Inspection and acceptance shall be at Origin by the Government. The following provisions and clauses apply to this acquisition: The provision at FAR 52.212-1, Instructions to Offerors-Commercial Items. Offers shall be evaluated on a techincally acceptable, low offer basis. The clause at 52.212-2, Evaluation Commerical Items. The provision at FAR 52.212-3, Offeror Representations and Certifications-Commericial Items, and the offeror must ensure a completed ORCA is available for download. The clause at FAR 52.212-4, Contract Terms and Conditions- Commercial Items; FAR 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Comercial Items, Specifically, the following clauses cited are applicable to this solicitation: FAR 52.222-26, Equal Opportunity; FAR 52.211-14, Notice of Priority Rating for National Defense Use, FAR 52.211-15, Defense Priority and Allocation Requirements, FAR 52.222-35, Affirmative Action for Disabled Veterans and Veterans of Vietnam Era; FAR 52.222-36, Affirmative Action for Handicapped Workers; FAR 52.222-37, Employment Reports on Disabled Veterans and Veterans of the Vietnam Era. The clause at FAR 52.232-33, Payment by Electronic Funds- Central Contractor Registration. The clause at DFARS 252.204-7004, Required Central Contractor Registration; DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders; DFARS 252.225-7001, Buy American Act and Balance of Payment Program. All firms must be registered in the Central Contractor Registration database @ www.ccr.gov. The above provisions and clauses can be found @ http://farsite.hill.af.mil The Defense Priorities and Allocation Systems (DPAS) assigned rating for this procurement is DO-A1. The following numbered notes are applicable to this requirement: 8, 12, 13, 22 and 23. This announcement will close and quotes are due by 12:00PM (EST) 21 June 2011. Signed and dated offerd, to include a complete listing of all items, must be submitted to U.S. Special Operations Command, Technology Applications Contracting Office, Attn: Stacey Kirkland Commercial Phone number (757) 878-3299 Ext. 360, Fax (757) 878-3937, Email Stacey.kirkland@us.army.mil. Responsible sources may submit a bid, proposal, or quote which shall be considered. Offers may be submitted via E-Mail only.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/ODA/USSOCOM/FortEustisVA/H92241-11-T-0002/listing.html)
 
Place of Performance
Address: ATTN: AMSAM-SPK, Lee Boulevard, Building 401, Fort Eustis, Virginia, 23604-5577, United States
Zip Code: 23604-5577
 
Record
SN02474857-W 20110618/110616234823-e0fecd4a29bc1d34d085c2bf17871fc9 (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.