SOLICITATION NOTICE
28 -- Direct your requests and communication to: ATTN: AMSAM-AC-LS-T, Robert Flanagan, Contract Specialist, via email Robert.flanagan@redstone.army.mil or FAX number 256-842-6108. No telephone requests will be accepted.
- Notice Date
- 11/19/2003
- 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
- W58RGZ-04-R-0018
- Response Due
- 12/19/2003
- Archive Date
- 2/17/2004
- Point of Contact
- Robert Flanagan, 256-842-6221
- E-Mail Address
-
Email your questions to US Army Aviation and Missile Command DAAH23
(robert.flanagan@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 b eing 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 2001-16. The Procurement Request Order Number (PRON) AX3J0171AX is be ing issued as a request for quotation under solicitation number W58RGZ04T0018. Unit of measure is each. The NSN is 2840-01-485-7890 and the Part Number is 23073853. This is applicable to the T-63 Engine. Spec/Std controlling data, Manufacturers Code: 6 3005. Mfr source controlling reference: 23073853. This requirement is for a quantity of 36 each. FOB is at Destination. The consignee for 36 each is Korea Express USA Inc., Phone 201-863-7505, 901 Castle Rd., Secaucus, NJ 07094-1617. Required delivery is 36 each, 150 Days After Contract Award (DACA). 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-S TD-129 markings shall apply. Serial number parts shall require MIL-STD-129 serial number markings. Level of Preservation (LOP) is MILITARY/LPK-[B] in accordance with MIL-STD-2073-1 codes - JI/A/MP [41], JII/CD [1], JIII/PM [00], JIV/WM [GB], JV/CD [NA], JVI/CT [X], JVII/UC [ED], 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). AMCOM Regulation 52.246-4003, Terminology/Calibration (USAAMCOM) (Aug 1996). Full text for clause 52.246-4003 reads: (a) Terminology. Terminolo gy 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 Eq uipment) 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 S ystem (DPAS) (15 CFR 700) as DOA1. FAR 52.212-1, Instructions to Offerors-Commercial Items (Oct 2003). Within FAR 52.212-1(c), the number [30] is changed to read [90]. FAR 52.212-3, Offeror Representations and Certifications-Commercial Items (June 2003) . 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 (Oct 2003). FAR 52.212-5, Contract Terms and Conditions Required to Implement Statut es or Executive Orders-Commercial Items (Oct 2003). The appropriate clauses under paragraph (b) of FAR 52.212-5 are as follows: FAR 52.203-6, Restrictions on Subcontractor Sales to the Government (Jul 1995), with Alternate I (Oct 1995)(41 U.S.C. 253g and 10 U.S.C. 2402); FAR 52-219-8, Utilization of Small Business Concerns (Oct 2000) (15 U.S.C. 637(d)(2) and (3)); FAR 52.222-21, Prohibition of Segregated Facilities (Feb 1999); FAR 52.222-26, Equal Opportunity (Apr 2002)(E.O. 11246); FAR 52.222-35, Equal O pportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Dec 2001)(38 U.S.C. 4212); FAR 52.222-36, Affirmative Action for Workers with Disabilities (Jun 1998)(29 U.S.C. 793); FAR 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Dec 2001)(38 U.S.C. 4212); FAR 52.225-13, Restriction on Certain Foreign Pur chases (June 2003)(E.O. 12722, 12724, 13059, 13067, 13121, and 13129); and FAR 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration (Oct 2003)(31 U.S.C. 3332). DFARS 252.204-7004, Required Central Contractor Registration (Nov 20 01). 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 ( Oct 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 25 2.219-7003, Small, Small Disadvantaged and Women-Owned Small Business Subcontracting Plan (DoD Contracts) (Apr 1996) (15 U.S.C. 637); FAR 252.225-7001, Buy American Act and Balance of Payments Program (Apr 2003) (41 U.S.C. 10a-10d, E.O. 10582; FAR 252.243- 7002, Requests for Equitable Adjustment (Mar 1998) (10 U.S.C. 2410); FAR 252.247-7023, Transportation of Supplies by Sea (May 2002) (____Alternate I) (Mar 2000) (____Alternate II) (Mar 2000) (____Alternate III) (May 2002) (10 U.S.C. 2631); FAR 252.247-7024 , Notification of Transportation of Supplies by Sea (Mar 2000) (10 U.S.C. 2631), and (c) FAR 252.247-7023, Transportation of Supplies by Sea (May 2002) (10 U.S.C. 2631); FAR 252.247-7024, Notification of Transportation of Supplies by Sea (Mar 2000) (10 U.S .C. 2631. FAR 252.247-7022, Representation of Extent of Transportation by Sea (Aug 1992). 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 att empt 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 encourage interested parties to seek resolution of their c oncerns 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 suspended during the protest to the same extent, and within the s ame 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 Co ntracting 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 ar e 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 Proc edures. (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 th an full and open competition is FAR 6.302-1, Only One Responsible Source and No 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 Aviati on Administration (FAA) rules. This procurement action i s restricted to the approved small business sources that are currently approved by the FAA: Rolls-Royce Corporation, Cage Code 63005 and Aviall Services, Inc., Cage Code 22819. Business firms that recognize and can produce the required item described abov e are encouraged to identify themselves. Business 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 under SAR information. Responsible sources may sub mit an offer, which shall be considered by the Agency. The most recent representative unit price and quantity relative to this acquisition is Contract Number DAAH23-03-P-0792, award date August 27, 2003, unit price $6,575.18 , quantity 1 each to Aviall Se rvices, Inc., Cage Code 22819. 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 Acquisition Regulation (FAR), and the Defense Federal Acquisition Regulation Supplement (DF ARS) 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 by the offeror in their proposal; cite the FAR/Regulation nu mber and provide the response. In addition, proposals shall provide the following information: 1. FOB point, if other than Destination. 2. Furnish vendors part number(s) if other than listed with each item. 3. Point(s) of shipment, performance, prese rvation, packaging and marking. Proposals 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-T, Robert Flanagan, Cont ract Specialist, Reference RFQ W58RGZ04T0018. See Note 23
- Place of Performance
- Address: US Army Aviation and Missile Command DAAH23 ATTN: AMSAM-AC, Building 5303, Martin Road Redstone Arsenal AL
- Zip Code: 35898-5280
- Country: US
- Zip Code: 35898-5280
- Record
- SN00472750-W 20031121/031119212257 (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 |