SOLICITATION NOTICE
28 -- Seal Assembly, Oil Bellow's, NSN: 2840-01-077-2093, P/N: AV6898764, Qty: 100 each for the T-63 engine.
- Notice Date
- 2/15/2002
- Notice Type
- Solicitation Notice
- Contracting Office
- US Army Aviation and Missile Command DAAH23, ATTN: AMSAM-AC, Building 5303, Martin Road, Redstone Arsenal, AL 35898-5280
- ZIP Code
- 35898-5280
- Solicitation Number
- DAAH23-02-T-0355
- Response Due
- 4/2/2002
- Archive Date
- 5/2/2002
- Point of Contact
- Valorie Ritchey, (256) 955-9303
- E-Mail Address
-
Email your questions to US Army Aviation and Missile Command DAAH23
(Valorie.Ritchey@redstone.army.mil)
- Small Business Set-Aside
- N/A
- Description
- NA Attention - Formal Communications related to this acquisition should be directed to Valorie Ritchey. You may FAX or mail your request to Attn: AMSAM-AC-LS, Valorie Ritchey, Contract Specialist, FAX number 256-842-6108. 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; quotes are bein g requested and a written solicitation will not be issued. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2001-03. The Procurement Request Order Number (PRON) AX2Q0057AX is being issued as a request for quote under solicitation number DAAH2302T0355. This is applicable to the T-63 turbine engine. The NSN is 2840-01-077-2093 and the Part Number is AV6898764. Spec/Std controlling data, Manufacturers Code: 63005. Mfr source contro lling reference: AV6898764. The Quantity is 100 and will be designated as Contract Line Item Number (CLIN) 0001AA. Unit of measure is each. FOB is at Origin. The consignees are Def. Dist. Depot Red River, Receiving Bldg. 499, 10th Street and K Avenue, Texarkana, TX 75507-5000. Required delivery is 100 due 120 Days After Award (DAA). Inspection and acceptance is at Origin. Offerors are encouraged to provide earlier delivery at no additional cost to the Government. Packaging requirements are: Quantity Unit Package (QUP) [001]. MIL-STD-129 markings shall apply. Serial number parts shall require MIL-STD-129 serial number markings. Level of Preservation (LOP) is Commercial and Level of Pack (LPK) is Commercial in accordance with (IAW) ASTM D 3951. Loo se fill materials. Shredded paper, excelsior, polystyrene and other loose-fill materials are prohibited for use as cushioning/dunnage in all packaging operations. The following clauses are incorporated into this synopsis/solicitation: FAR 52.246-11, Highe r-Level Contract Quality Requirement (Feb 1999). Insert in FAR 52.246-11, 'the Contractor shall comply with ISO 9002 or equivalent'. FAR 52.246-l6, Responsibility for Supplies (Apr 1984). AMCOM Regulation 52.246-4003, Terminology/Calibration (USAAMCOM) (AUG 1996). Full text for clause 52.246-4003 reads: (a) Terminology. Terminology shall be as defined by International Organization for Standardization (ISO) 8402, Quality Management and Quality Assurance - Vocabulary. (b) Calibration. (Applicable if a m ilitary or a commercial quality system is selected for use.) The calibration of Test, Measurement and Diagnostic Equipment shall be in accordance with American National Standards Institute/National Conference of Standards Laboratories (ANSI/NCSL) Z540-1-1 994 (General Requirements for Calibration Laboratories and Measuring and Test Equipment) or ISO 10012-1:1992 (Quality Assurance Requirements for Measuring Equipment). (End of clause) FAR 52.211-14, Defense Priority Rating for National Defense Use (Sep 19 90): certified for national defense under the Defense Priority and Allocations System (DPAS) (15 CFR 700) as DOA1. FAR 52.212-1, Instructions to Offerors - Commercial Items (Oct 2000). Within FAR 52.212-1(c), the number '30' is changed to read '90'. FAR 52.212-3, Offeror Representations and Certifications - Commercial Items (Dec 2001). The North American Industry Classification System (NAICS) code is 336412 and number of employees is 1000. FAR 52.212-4, Contract Terms and Conditions - Commercial Items (Dec 2001). FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items (Dec 2001). The appropriate clauses under paragraph (b) of FAR 52.212-5 are as follows: (1) FAR 52.203-6, Restrictions on Subco ntractor Sales to the Government, with Alternate I (41U.S.C. 253g and 10 U.S.C. 2402); (11) FAR 52.222-21, Prohibition of Segregated Facilities (Feb 1999); (12) FAR 52.222-26, Equal Opportunit y (E.O. 11246); (13) FAR 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (38 U.S.C. 4212); (14) FAR 52.222-36, Affirmative Action for Workers with Disabilities (29 U.S.C. 793); (15) 52.22 2-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (38 U.S.C. 4212); (21) FAR 52.225-13, Restriction on Certain Foreign Purchases (E.O. 12722, 12724, 13059, 13067, 13121, and 13129); and (24) FAR 52.232-33, Payment by Electronic Funds Transfer - Central Contractor Registration (31 U.S.C.3332). DFARS 252.204-7004, Required Central Contractor Registration (Nov 2001). DFARS 252.212-7000, Offeror Representations and Certifications - Commercial Items (Nov 1995). DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items (Nov 2001). The appropriate clauses of DFARS 252.212-7001(a) and (b) are: (a) - FAR 5 2.203-3, Gratuities (Apr 1984) (10 U.S.C. 2207) and (b) - DFARS 252.205-7000, Provision of Information to Cooperative Agreement Holders (Dec 1991) (10 U.S.C. 2416), DFARS 252.219-7003, Small, Small Disadvantaged and Women-Owned Small Business Subcontractin g Plan (DoD Contracts) (Apr 1996) (15 U.S.C. 637), and FAR 252.225-7001, Buy American Act and Balance of Payments Program (Mar 1998) (41 U.S.C. 10a-10d, E.O. 10582). FAR 52.233-4000, AMC-Level Protest Program (Oct 1996), which reads in full text, 'If you have complaints about this procurement, it is preferable that you first attempt to resolve those concerns with the responsible Contracting Officer. However, you can also protest to Headquarters, Army Materiel Command (AMC). The HQ, AMC-Level Protest Progra m is intended to encourage interested parties to seek resolution of their concerns within AMC as an Alternative Dispute Resolution forum, rather than filing a protest with the General Accounting Office (GAO) or other external forum. Contract award or perfo rmance is suspended during the protest to the same extent, and within the same time periods, as if filed at the GAO. The AMC Protest decision goal is to resolve protests within 20 working days from filing. To be timely, protests must be filed within the pe riods specified in FAR 33.103. Send protests (other than protests to the Contracting Officer) to: Headquarters, Army Materiel Command, Office of Command Counsel, ATTN: AMCCC-PL, 5001 Eisenhower Avenue, Alexandria, VA 22333-0001, Facsimile number (703) 617- 4999/5680, Voice Number (703) 617-8176, The AMC-level protest procedures are found at: http:(insert 2 forward slashes)www.amc.army.mil/amc/command_counsel/protest/protest.html (The double forward slashes constitute a print processing command, hence cannot be shown above. Please insert when accessing the website.) If Internet access is not available, contact the Contracting Officer or HQ, AMC to obtain the AMC-Level Protest Procedures. (End of Provision)' FAR 52.252-1, Solicitation Provisions Incorporated by Reference (Feb 1998). FAR 52.252-2, Clauses Incorporated by Reference (Feb 1998). FAR 52.207-4, Economic Purchase Quantity - Supplies (Aug 1987). Justification for other than full and open competition is FAR 6.302-1, Only One Responsible Source and N o Other Supplies or Services Will Satisfy Agency Requirements. This part is a commercial/non-developmental/off-the-shelf item. As such, it is now governed by the Federal Aviation Administration (FAA) rules. Current FAA approved sources are Rolls-Royce C orp., Cage Code: 63005, Aviall Services Inc., Cage Code: 22819, and Extex LTD LLC, Cage Code 06QZ8. This procurement requires prequalification. Firms that recognize and can produce the required item described above are encouraged to identify themselves. Firms are encouraged to seek source approval in order to compete for future solicitations by accessing the website www.redstone.army.mil/cmo/ and looking und er SAR information. All responsible sources may submit an offer, which shall be considered by the Agency. The most recent representative unit price and quantity relative to this acquisition is Contract Number DAAH23-00-P-0605, award date June 06, 2000, u nit price $475.00, quantity 150 each to Extex LTD LLC, Cage Code 06QZ8. The Government provides this price history without assuming the responsibility for any resulting conclusions or interpretations that may be made. The price history is provided for i nformational purposes only and should not be relied upon as a basis for offer/bid. Any award resulting from this RFQ will be issued on SF Form 1449 and will contain all clauses required by Law, the Federal Acquisition Regulation (FAR), and the Defense Fed eral Acquisition Regulation Supplement (DFARS) as appropriate for the dollar value of the award. Any FAR/Regulation incorporated within this synopsis/solicitation where the offeror is required to provide a response shall be responded to in the quote; cite the FAR/Regulation number and provide the response. In addition, quotes shall provide the following information: 1. FOB point, if other than Origin. 2. Furnish vendors part number(s) if other than listed with each item. 3. Point(s) of shipment, perf ormance, preservation, packaging and marking. Quotes may be submitted in contractor format. Proposals should be submitted to Commander, U.S. Army Aviation and Missile Command, Acquisition Center, Redstone Arsenal, AL 35898-5280, AMSAM-AC-LS. Reference R FQ DAAH2302T0355. See Note 23
- Web Link
-
Army Single Face to Industry
(http://acquisition.army.mil)
- Place of Performance
- Address: US Army Aviation and Missile Command DAAH23 ATTN: AMSAM-AC-LS, Building 5303, Martin Road Redstone Arsenal AL
- Zip Code: 35898-5280
- Country: US
- Zip Code: 35898-5280
- Record
- SN00027402-W 20020217/020215213212 (fbodaily.com)
- Source
-
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |