MODIFICATION
16 -- General Control Units
- Notice Date
- 2/22/2002
- Notice Type
- Modification
- Contracting Office
- Other Defense Agencies, U.S. Special Operations Command, Technical Applications Contracting Office (TAKO), ATTN: AMSAM-AR-Z-A-K Lee Boulevard, Building 401, Fort Eustis, VA, 23604-5577
- ZIP Code
- 23604-5577
- Solicitation Number
- USZA95-02-R-0015
- Response Due
- 3/1/2002
- Point of Contact
- Laura Harris, Contract Specialist, Phone 757-878-5223 X247, Fax 757-878-4199, - Sherrie Carmona, Contracting Officer, Phone 757-878-5223 xt 242, Fax 757-878-4199,
- E-Mail Address
-
lharris@tapo.eustis.army.mil, scarmona@tapo.eustis.army.mil
- 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 Solicitation is issued as Request for Proposal (RFP) USZA95-02-R-0015. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2001-03. This action is unrestricted. The associated NAICS code is 336412 and Small Business Size Standard is 1000. The Government intends to acquire fifty-six (56) each General Control Units (GCUs) Aircraft Parts Corp. Part No. GCSG503-8 ? DC on a Brand Name or Equal Basis. In accordance with FAR 52.211-6 Brand Name or Equal (Aug 1999) the salient physical, functional, or performance characteristics that ?equal? products must meet are as follows for this solicitation: FAA Supplemental type certified and approved for use/installation by Rolls Royce on their 250-C30 Engine; Aircraft Parts Corp. Part No. GCSG503-8 ? DC Generator Control Unit. To be considered for award, offers of ?equal? products, including ?equal? products of the brand name manufacturer, must (1) meet the salient physical, functional, or performance characteristic specified in this solicitation; (2) clearly identify the item by (i ) Brand name, if any; and (ii) Make or model number; (3) include descriptive literature such as illustrations, drawings, or a clear reference to previously furnished descriptive data or information available to the Contracting Officer; and (4) clearly describe any modification the offeror plans to make in a product to make it conform to the solicitation requirements. Mark any descriptive material to clearly show the modification. (c) The Contracting Officer will evaluate ?equal? products on the basis of information furnished by the offeror or identified in the offer and reasonably available to the Contracting Officer. The Contracting Officer is not responsible for locating or obtaining any information not identified in the offer. (d) unless the offeror clearly indicates in its offer that the product being offered is an ?equal? product, the offeror shall provided the brand name product referenced in the solicitation. Inspection: Origin (by Contractor), Acceptance: Origin (by Contractor) and FOB: Destination. Ship To Address: Raytheon E-Systems, Blue Grass, Army Depot (BGAD), 2091 Kingston Highway, Attn: Steve Miller, Bldg. 233, Richmond, KY 40475-5000. Desired Delivery Schedule: 30 Days After receipt of Order. Any award resulting from this RFP will be issued on a SF 1449 and will contain all clauses require by Law, the Federal Acquisition Regulation (FAR), and the Defense Federal Acquisition Supplement (DFARS) as appropriate for the dollar value of the award. The following Provisions and Clauses applies to this acquisition: FAR 52.212-1 Instructions to Offerors ? Commercial Items. The following addenda are to this provision: 52.252-2 Clauses Incorporated By Reference. The full text of a clause may be accessed electronically at these addresses: http://farsite.hill.af.mil/VFFARa.htm, http://farsite.hill.af.mil/VFDFARA.HTM and www.deskbook.osd.mil. 52.252-6 Authorized Deviation in Clauses. and 5652.246-9001 Material Inspection and Receiving Reports (DD 250) shall be mailed with the Generator Control Units (GCUs) in accordance with DFARS 252.246-7000 to the following address(es): SHIP TO ADDRESS Raytheon E ? Systems, Blue Grass Army Depot (BGAD), 2091 Kingston Highway, Attn: Steve Miller, Bldg. 233, Richmond, KY 40475-5000. 5652.246-9000 Marking of Warranted Items; 52.204-4 Printed or Copied Double-Sided on Recycled Paper; 52.209-6 Protecting the Government?s Interest When Subcontracting With Contractors Debarred, Suspended, or Proposed for Debarment; 52.227-1 Authorization and Consent; 52.227-2 Notice and Assistance Regarding Patent and Copyright Infringement; 52.232-17 Interest; 52.233-3 Protest After Award; 52.242-13 Bankruptcy; 52.247-34 F.O.B. Destination; 252.204-7003 Control of Government Personnel Work Product; 252.243-7002 Request for Equitable Adjustment.; 52.212-2 Evaluation ? Commercial Items. Evaluation Factor(s) (1) Technical Capability of the item to meet the Government?s requirement and (2) Price is slightly less important that technical capability; 52.212-3 Offeror Representations and Certifications ? Commercial Items. Include a completed copy of the provision with your offer(s); 52.212-4 Contract Terms and Conditions Commercial Items. The following addenda apply to this clause: In the event the Contractor accepts Credit Card as a method of payment. The Contractor shall: Provide total charges, including shipping and handling costs, if applicable 1. Include a package slip if the order is shipped. 2. Include the following on the order?s shipping label: (a) Cardholder?s name, office, billing address and office telephone number and (b) the term ?Government Credit Card?; however, the Purchase Card Account Number SHALL NOT be shown under any circumstances or record of the account number kept on file. Upon the delivery of supplies or completion of services the contractor shall fax or mail payment invoices to the following address: Technology Applications Contracting Office, Attn: AMSAM-TASO-K/Laura E. Harris, Bldg. 401 Lee Blvd., Ft. Eustis, VA 23604-5577, FAX Number: 757-878-4199 Within 15 days after receipt of a complete invoice, a representative of the contracting office shall verbally provide the following information to the Contractor?s Representative: 1. Credit Card Number, 2. Card Holder Identification, 3. Expiration Date of the Credit card. NOTE: Contractor?s may not invoice the Government for supplies or services until after the supplies have been delivered OR services have been rendered. Does Contractor Accept Government Credit Card As a Form Of Payment? ___Yes/___No.; 252.246-7000 Material Inspection and Receiving Report; 252.209-7004 Subcontracting With Firms That Are Owned Or Controlled By The Government Of A Terrorist Country; 252.243-7001 Pricing Of Contract Modifications; and 52.212-5 Contract Terms and Conditions Required to Implement Status or Executive Orders ? Commercial Items. The additional FAR Clauses cited in the clause are applicable to this acquisition are as follows: 52.203-6 Alt 1 Restrictions On Subcontractor Sales to the Government; 52.225-13 Restriction on Certain Foreign Purchases; 52.219-4 Notice of Price Evaluation Preference for HUBZone Small Business Concerns; 52.219-8 Utilization of Small Business Concerns; 52.219-23 Notice of Price Evaluation Adjustment for Small Disadvantaged Business Concerns; 52.222-3 Convict Labor; 52.222-21 Prohibition of Segregated Facilities; 52.222-26 Equal Opportunity; 52.222-35 Affirmative Action for Disabled Veterans of the Vietnam Era; 52.222-36 Affirmative Action for Workers with Disabilities; 52.222-37 Employment Reports on Disabled Veterans and Veterans of the Vietnam Era; 52.225-13 Restrictions on Certain Foreign Purchases; 52.232-33 Payment by Electronic Funds Transfer ? Central Contractor Registration; 52.232-36 Payment by Third Party. 52.212-5 Contract Terms and Conditions Required to Implement Statues or Executive Orders ? Commercial Items (Deviation). This solicitation incorporates one or more solicitation provisions/clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer/(KO) will make their full text available 1. Remittance address. 2. Data Universal Numbering Systems (DUNS) Number per FAR 52.204-6. 3. Commercial and Government Entity (CAGE) Code Reporting per DFARS 252.204-7001. 4. Offeror?s recommended Economic Purchase Quality Supplies per FAR 52.207-4. DFARS 252.212-7001 Contract Terms and Conditions Required to Implement Statues or Executive Orders Applicable to Defense Acquisition of Commercial Items. The additional FAR and DFARS Clauses cited in the clause are applicable to this acquisition are as follows: 52.203-3 Gratuities; 252.225-7012 Preference for Certain Domestic Commodities; 252.225-7014 Preference for Domestic Specialty Metals, Alternate 1; 252.247-7023 Transportation of Supplies by Sea and 252.247-7024 Notification of Transportation of Supplies by Sea. Proposal may be submitted in contractor format. The Defense Priorities and Allocations System (DPAS) assigned rating is DOA1. Offers from Foreign sources shall be submitted through their Embassy. Proposals must be delivered to U.S. Special Operations Command, Technology Applications Contracting Office, Attn: AMSAM-TASO-K/L. Harris, Bldg. 401 Lee Blvd., Ft. Eustis, VA 23604-5577, telephone number (757) 878-5223 Ext: 247, NLT 3:00 p.m. local time 01 March 2002. Facsimile/e-mail offers are also acceptable. The facsimile number is 757-878-4199, and e-mail address is lharris@tapo.eustis.army.mil. All proposal received by the specified due date will be considered by the Government.
- Record
- SN00030136-W 20020224/020222213524 (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 |