Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 08, 2004 FBO #0803
SOLICITATION NOTICE

16 -- C-130 PREDICTIVE MAINTENANCE KITS

Notice Date
2/6/2004
 
Notice Type
Solicitation Notice
 
Contracting Office
Department of the Air Force, Air Force Special Operations Command, 347 CONS, 4380B Alabama Rd., Moody AFB, GA, 31699-1794
 
ZIP Code
31699-1794
 
Solicitation Number
FA4830-04-Q-0014
 
Response Due
2/16/2004
 
Archive Date
3/2/2004
 
Point of Contact
Cherry Roberts, Contract Specialist, Phone 229-257-4712, Fax 229-257-4032, - Bryan Ewing, Contract Specialist, Phone 229-257-2739, Fax 229-257-3547,
 
E-Mail Address
cherry.roberts@moody.af.mil, bryan.ewing@moody.af.mil
 
Description
This is a combined synopsis and 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 being requested and A WRITTEN SOLICITATION WILL NOT BE ISSUED. The solicitation number for this procurement is FA4830-04-Q-0014 and is issued as a Request for Quotation (RFQ). This solicitation document and incorporated provisions and clauses are those in effect through the Federal Acquisition Circular (FAC) 2001-15, Defense Acquisition Circular (DAC) 91-13 correction and Air Force Acquisition Circular (AFAC) 2003-0501. For informational purposes The Standard Industrial Classification Code is 5088. The North American Industry Classification System is 423860. The BID SCHEDULE shall be for 18 line items that make up a C-130 predictive maintenance kit. CLIN 001 consists of Balancer/analyzer Mod, printer paper, signal selector model, case model 8500/8520, gram scale pocket, cable power 8520C 12, PN: 915-9935-2. Qty 1 EA; CLIN 002 Accel Hi-Temp 500F Model 7569, PN: 7569-1. Qty 2 EA; CLIN 003 Adapter Hi-Temp (Accel Tovelo), PN: 9936-2. Qty 1 EA; CLIN 004 Block T-56 Coord Velo Mount, PN: 11886-1. Qty 1 EA; CLIN 005 Block Velo T-56 Forward Comp, PN 10608-2. Qty 1 EA; CLIN 006 Brkt Hi-Temp Accel C-130 Turb, PN: 11938. Qty 1 EA; CLIN 007 Bracket Transducer .27 HLAL, PN: 6752-1, Qty 1 EA; CLIN 008 Bracket Velo Aft Frgb, PN: 11976. Qty 1 EA; CLIN 009 Bracket Velo T-56 Hi-Temp, PN: 10289. Qty 1 EA; CLIN 010 Bracket VIB. P/U Hi-Temp, PN: 9209. Qty 1 EA; CLIN 011 Cable Hi-Temp 9ft, PN: 10700-2. Qty 2 EA; CLIN 012 Cable T-56 Eng 100 ft, PN: 11517-1. Qty 1 EA; CLIN 013 Carrying case with handle and wheels, PN: 610-485. Qty 1 EA; CLIN 014 Disk set Chadwick T-56 engine, PN: 14923-4. Qty 1 EA; CLIN 015 Disk set Chadwick T-56 Engine, PN: 14926-4. Qty 1 EA; CLIN 016 Nacelle Harness C-130, PN: 11690. Qty 1 EA; CLIN 017 User Guide T-56 Eng. PM W/W Template, PN: 1468-1. Qty 1 EA; CLIN 018 Velcocimeter, PN:7310, Qty 4 EA. Manufacturer is Chadwick Helmuth. SPECIFICATIONS ARE AVAILABLE UPON REQUEST. FOB Point: Destination. . This acquisition is unrestricted. Provision at FAR 52.212-1, Instruction to Offerors Commercial Items applies to this acquisition. Request for Quotation (RFQ) should be submitted and shall contain the following information: RFQ NUMBER; TIME SPECIFIED FOR RECEIPT OF OFFERS; NAME, ADDRESS; TELEPHONE NUMBER OF OFFEROR; TERMS OF THE EXPRESSED WARRANTY; PRICE, ANY DISCOUNT TERMS AND ACKNOWLEDGEMENT OF ALL SOLICITATION AMENDMENTS (if applicable). Quote shall also contain all other documentation specified herein. Signed quotes must indicate quantity, unit price and total amount for each item. Offerors shall include a statement specifying the extent of agreement with all terms, conditions and provisions included in the solicitation. PERIOD OF ACCEPTANCE OF OFFERORS: The offeror agrees to hold the prices in its offer firm for 30 calendar days from the date specified for receipt of offers, unless another time period is specified in an addendum to the solicitation. LATE OFFERS: Request for Quotations or modification of quotes received at the address specified for the receipt of offers after the exact time specified for receipt of offers WILL NOT be considered. EVALUATION/AWARD:IAW FAR 52.212.2, Evaluation-Commercial Items, the Government will award a purchase order resulting from this solicitation to the responsive responsible low offeror. All offerors MUST BE CENTRAL CONTRACTOR REGISTERED (CCR). Information concerning CCR requirements may be viewed via the Internet at http://www.ccr.gov or by calling the CCR Registration Centers at 1-888-227-2423. OFFERORS SHALL INCLUDE A COMPLETE COPY OF THE PROVISION AT FAR 52.212-3, OFFEROR REPRESENTATIONS AND CERTIFICATIONS-COMMERCIAL ITEMS, WITH THEIR OFFER, which can be downloaded from the internet or requested in writing via facsimile at 229-257-4032. Offerors that fail to furnish the required representation information, or reject the terms and conditions of the solicitation, may be excluded from consideration. The listed Federal Acquisition Regulation (FAR) clauses apply to this solicitation and are incorporated by reference. All FAR Clauses may be viewed in full text via the Internet at http://farsite.hill.af.mil/ ; Federal Acquisition Regulation Table of Contents. FAR 52.212-4, Contract Terms and Conditions-Commercial Items; FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (Deviation). Pursuant to FAR Clause 52.212-5 the following clauses are hereby incorporated by reference: FAR 52.222-3 Convict Labor (E.O. 11755), FAR 52.222-26 Equal Opportunity (E.O. 11246), FAR 52.222-35, Affirmative Action for Special Disabled and Vietnam Era Veterans (38 U.S.C. 4212), FAR 52.222-36 Affirmative Action for Handicapped Workers (29 U.S.C. 793), FAR 52.222-37, Employment Reports on Special Disable Veterans and Veterans of the Vietnam Era (38 U.S.C. 4212, FAR 52. 225-3 Buy American Act ? North American Free Trade Agreement ? Israeli Trade Act, FAR 52.225-5 Trade Agreements, 52.225-15 Sanctioned European Union Country End Products, FAR 52.225-1, Buy American Act-Balance of Payments Program ?Supplies, FAR 52.247-64, Preference for Privately Owned U.S. Flag Commercial Vessels (46 U.S.C. 1241), FAR 52.232-33, Mandatory Information for Electronic Funds Transfer Payment, ), FAR 52.233-3 Protest After Award (31 U.S.C. 3553 and 40 U.S.C.759), The Defense Priorities and Allocations System (DPAS) rating are not applicable. RESPONSE TIME: REQUEST FOR QUOTATION WILL BE ACCEPTED AT THE 347 CONTRACTING SQUADRON (LGCB) LOCATED AT 4380B ALABAMA ROAD, MOODY AFB GA 31699 NO LATER THAN 2:00 P.M. EST ON 16 FEBRUARY 2004. ALL QUOTES SHALL BE MARKED WITH REQUEST FOR QUOTATION NUMBER, DATE & TIME, AND REQUEST FOR QUOTATION (RFQ) TITLE ON THE OUTSIDE OF THE ENVELOPE. FACSIMILE OFFERS WILL BE ACCEPTED. The point of contact for this solicitation is Cherry Roberts, 229-257-4712, 229-257-4032 fax, or SSgt Bryan Ewing, 229-257-4917, 229-257-4032 fax.
 
Place of Performance
Address: 8005 SIJAN ROAD, MOODY AFB GA
Zip Code: 31699
Country: USA
 
Record
SN00517702-W 20040208/040206212235 (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.