Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 29, 2003 FBO #0577
SOLICITATION NOTICE

16 -- SLING, RESCUE, HELICOPTER; NSN: 1670-01-388-3901; Part #: PRS7E065; Quantity: 195 each.

Notice Date
6/27/2003
 
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
DAAH23-03-T-0664
 
Response Due
7/25/2003
 
Archive Date
9/23/2003
 
Point of Contact
Richard Mullady, (256) 876-2349
 
E-Mail Address
US Army Aviation and Missile Command DAAH23
(richard.mullady@redstone.army.mil)
 
Small Business Set-Aside
N/A
 
Description
NA 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 be ing 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 2001-13. The Procurement Request Order Number (PRON) AX3L0077AX is being issued as a request for quotation under solicitation number DAAH2303T0664. Unit of measure is each. The NSN is 1670-01-388-3901 and the Part Number is CID-EIG-94-1-PRS7E065. This is applicable to the AV Ground SKO. Spec/Std controlling data, Manufacture rs Code: PRS7E065. Mfr source controlling reference: CID-EIG-94-1-PRS7E065. This requirement is for a quantity of 195 each. FOB Point is Destination. The consignee is Def. Dist. Depot Red River, Receiving Bldg. 499, 10th Street and K Avenue, Texarkana, T X 75507-5000. Required delivery with First Article Testing is 195 each, 188 Days After Contract Award (DACA). The First Article Test Report is due 138 DACA. Required delivery without First Article Testing is 195 each, 150 Days DACA. Inspection and acceptan ce 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. Level of Preservation (LOP) is Military and Lev el of Pack (LPK) is [B] in accordance with (IAW) MIL-STD-2073-1 Codes: JI/A/MP [10], JII/CD [0], JIII/PM [00], JIV/WM [JA], JV/CD [00], JVI/CT [0], JVII/UC [E5], JVII/IC [00], JIX/A/PK [Q], JX/SM [00], JVIIIA/OPI [0]. The following clauses are incorporated into this synopsis/solicitation: FAR 52.246-11, Higher-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). AMC OM 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 military 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) Z540-1-1994 (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 1990): 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 (July 2002). The North American Industry Classification System (NAICS) code is 314999 and number of em ployees is 500. FAR 52.212-4, Contract Terms and Conditions -- Commercial Items (Feb 2002). FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items (Apr 2003). The appropriate clauses under paragra ph (b) of FAR 52.212-5 are as follows: (1) FAR 52.203-6, Restrictions on Subcontractor 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, Eq ual Opportunity (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) 52.222-37, 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 Cont ractor 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 A cquisitions of Commercial Items (Apr 2003). The appropriate clauses of DFARS 252.212-7001(a), (b), and (c) are: (a) - FAR 52.203-3, Gratuities (Apr 1984) (10 U.S.C. 2207), (b) - DFARS 252.205-7000, Provision of Information to Cooperative Agreement Holders (Dec 1991) (10 U.S.C. 2416), FAR 252.225-7001, Buy American Act and Balance of Payments Program (Apr 2003) (41 U.S.C. 10a-10d, E.O. 10582), DFARS 252.243-7002, Requests for Equitable Adjustment (Mar 1998) (10 U.S.C. 2410), DFARS 252.247-7023, Transportatio n of Supplies by Sea (MAR 2000) (____Alternate I) (MAR 2000) (____Alternate II) (MAR 2000) (10 U.S.C. 2631), DFARS 252.247-7024, Notification of Transportation of Supplies by Sea (MAR 2000) (10 U.S.C. 2631), and (c) - DFARS 252.247-7023, Transportation of Supplies by Sea (May 2002) (10 U.S.C. 2631), DFARS 252.247-7024, Notification of Transportation of Supplies by Sea (MAR 2000) (10 U.S.C. 2631). FAR 52.233-4000, AMC-Level Protest Program (Oct 1996), which reads in full text, ‘If you have complaints ab out 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 Program is intended to e ncourage 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 performance is suspende d 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 periods 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 N umber (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 Proce dures. (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 No Other Supplies or Services Will Satisfy Agency Requirements. FAR 52.219-6, Notice of Total Small Business Set-Aside (Jul 1996). This part is a commercial/non-developmental/of f-the-shelf item. As such, it is now governed by the Federal Aviation Administration (FAA) rules. The Small Business sources that are currently approved by the FAA for this item are Liftex Corporation, Cage Code 1MDL9 and Jeffery P. Morin, Cage Code 8Z052. Small Business firms that recognize and can produce the required item described above are encouraged to identify themselves. Small Business firms are encouraged to seek source approval in order to compete for future solicitations by accessing the website w ww.redstone.army.mil/cmo/ and looking under 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 -01-P-0909, award date September 26, 2001, unit price $375.00, quantity 51 each to Liftex Corporation, Cage Code 16018. 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 informational purposes only and should not be relied upon as a basis for offer/bid. Any award resulting from this RFP will be issued on SF Form 1449 and will contain all clauses required by Law, the Federal Acqu isition Regulation (FAR), and the Defense Federal 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 resp onse shall be responded to by the offeror in their proposal; cite the FAR/Regulation number and provide the response. In addition, proposals shall provide the following information: 1. FOB point, if other than Origin. 2. Furnish vendors part number(s) if o ther than listed with each item. 3. Point(s) of shipment, performance, preservation, packaging and marking. Proposals may be submitted in contractor format. Proposals should be submitted to Commander, U.S. Army Aviation and Missile Command, Acquisition Cen ter, Redstone Arsenal, AL 35898-5280, AMSAM-AC-LS-T, Richard Mullady, Reference RFQ DAAH23-03-T-0664. See Notes 1 and 23
 
Web Link
Link to FedBizOpps document.
(http://www.eps.gov/spg/USA/USAMC/DAAH23/DAAH23-03-T-0664/listing.html)
 
Place of Performance
Address: US Army Aviation and Missile Command DAAH23 ATTN: AMSAM-AC-LS-T, Building 5303, Sparkman Center, Martin Road Redstone Arsenal AL
Zip Code: 35898-5280
Country: US
 
Record
SN00359539-F 20030629/030627221943 (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 |
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.