Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JANUARY 21, 2012 FBO #3710
SOLICITATION NOTICE

28 -- Factory Remanufactured Teledyne Continental Aircraft Engine

Notice Date
1/19/2012
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
336412 — Aircraft Engine and Engine Parts Manufacturing
 
Contracting Office
Department of Agriculture, Animal and Plant Health Inspection Service, Administrative Services Division/Contracting, 100 North 6TH Street, Butler Square 5TH Floor, Minneapolis, Minnesota, 55403
 
ZIP Code
55403
 
Solicitation Number
AG-6395-S-12-0020
 
Archive Date
2/7/2012
 
Point of Contact
Jason L Wilking, Phone: 612-336-3210
 
E-Mail Address
Jason.L.Wilking@aphis.usda.gov
(Jason.L.Wilking@aphis.usda.gov)
 
Small Business Set-Aside
Total Small Business
 
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 along with Request for Quotations (RFQ) Number AG-6395-S-12-0020 constitutes the entire solicitation. Proposals and price quotations are being requested. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2001-27. This acquisition is a total small business set-aside. Responses are due on or before 1:30 pm Central, January 24, 2012. The North American Industry Classification System (NAICS) code is 336412 and the related small business size standard is 1,000 employees. This requirement consists of one item. Line item 001 will be a firm fixed price Teledyne Continental Factory Remanufactured Aircraft Engine for a Cessna U206D, Engine Model/Series IO-520F13KR, 24 volt system, 8.88 inch cooler, mechanical tachometer and oil screen. The Government will trade in a serviceable core engine. Trade-in Core Serial number 835176-R. Delivery and acceptance of deliverables will be FOB origin, Shipment of the engine and serviceable core and will be the responsibility of the Government. The following Federal Acquisition Regulation (FAR) clauses and provisions are applicable to this announcement and are available at www.arnet.gov: 52.212-1 Instructions to Offerors--Commercial Items; 52.212-2 Evaluation - Commercial Items, 52.212-4 Contract Terms and Conditions--Commercial Items; 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders--Commercial Items; 52.203-6 Restrictions on Subcontractor Sales to the Government Alternate I; 52.219-6 Notice of Total Small Business Set-Aside; 52.219-14, Limitations on Subcontracting; 52.222-3 Convict 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 Era, 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; 52,232-33 Payment by Electronic Funds Transfer-Central Contractor Registration and 52.245-2 Government Property (Fixed-Price Contracts). Evaluation of Commercial Items will be in accordance with FAR provision 52.212-2 evaluation, award will be made to lowest price technically acceptable offer. All proposal information and quotation shall be submitted no later than 1:30 p.m., central time, January 24, 2012, and be clearly marked with Request for Quotation Number AG-6395-S-12-0020. Offerors are hereby notified that if your quotation is not received by the date/time and at the location specified in this announcement that it will be considered late. All offers may be faxed (fax number 612-336-3550), emailed to jason.l.wilking@aphis.usda.gov or mailed to USDA APHIS MRPBS ASD, Butler Square West, 100 North 6th Street, Minneapolis, MN 55403. Quotes should contain Completed copy of the FAR provision at 52.212-3, Offeror Representations and Certifications--Commercial Items. The Point of Contact for this requirement is Jason Wilking, Contract Specialist, at (612) 336-3210.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USDA/APHIS/Contracting/AG-6395-S-12-0020/listing.html)
 
Place of Performance
Address: TBD, TBD, United States
 
Record
SN02657152-W 20120121/120119234314-14adc77ce26c712ba8e92576f8245b94 (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.