Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 13, 2004 FBO #0838
SOLICITATION NOTICE

28 -- ID-IQ type contract for Housing Mechanical, #5 Bearing NSN: 3040-01-487-3702 Army P/N 12271479 Honeywell P\N 3-140-670-10.

Notice Date
3/11/2004
 
Notice Type
Solicitation Notice
 
NAICS
811310 — Commercial and Industrial Machinery and Equipment (except Automotive and Electronic) Repair and Maintenance
 
Contracting Office
USPFO for Kansas, 2737 South Kansas Avenue, Topeka, KS 66611-1170
 
ZIP Code
66611-1170
 
Solicitation Number
W912JC-04-R-4015
 
Response Due
3/25/2004
 
Archive Date
5/24/2004
 
Point of Contact
Adam L. Villalobos, 785-274-1218
 
E-Mail Address
Email your questions to USPFO for Kansas
(adam.villalobos@ks.ngb.army.mil)
 
Small Business Set-Aside
N/A
 
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 requirement is for an ID-IQ type contract for Housing Mechanical, #5 Bearing NSN: 3040-01-487-3702 Army P/N 12271479 Honeywell P\N 3-140-670-10. The period of contract is for one base year with 2 one-year options. Estimated maximum quantity of 120 ea. 1st contract year, 150 ea. 2nd option year and 200 ea. 3rd option year with a minimum qty of 20 per year. Applicable to AGT 1500 Gas Turbine Engine. F.O.B. Destination with deliveries to Advance Turbine Engine Army Maintenance (ATEAM), Bldg. 741, Fort Riley, KS. This is restricted to approved vendors of the U.S. Army Tank Command, Warren, Mi. 48397-5000 and/or Honeywell Inc., Defense & Space, 1300 W. Warner Road, Tempe, AZ 85285-2200. Thes e parts require engineering source approval by the design control activity (U.S. Army Tank Command) in order to maintain the quality of the part. All offerors must meet pre-qualification requirements in order to be eligible for award. Adequate technical da ta is not available for this acquisition. Firms that recognize and can produce the required item described above are encouraged to identify themselves. All responsible sources may submit an offer, which shall be considered by the Agency. In order to recei ve an award for this contract, you must be registered in the Central Contractor Registration. You may register at WWW.CCR.GOV. Solicitation W912JC-04-R-4015 is issued as an RFP. Proposals submitted in response to this solicitation must include information on prior contracts awarded for the item bid. Include contract number(s), amount of contract, agency point of contact, and telephone number of contact. Proposal must include proposed delivery date from of receipt of delivery order, and economic order quanti ties for each item, if applicable. Proof of U.S. Army Tank Command source approval is required. Award will be made based on best value proposal(s) received in response to this solicitation. Best value will be determined with consideration of past performa nce, quality and proposed delivery, technical qualifications, and most advantageous and economical pricing. Award shall be made based on the lowest priced technically acceptable proposal received in response to this solicitation. This is a solicitation doc ument incorporating provisions in effect through Federal Acquisition Circular 2001-20. NAICS code is 811310. The provision at FAR 52.212-3, Offeror Representations and Certifications (7/2002) applies to this acquisition. A completed-signed copy of this p rovision shall be submitted with any proposal. The clause at FAR 52.212-4, Contract Terms and Conditions (2/2002) applies to this acquisition. The clause at FAR 52.212-5, Contract terms and Conditions Required to Implement Statutes or Executive Orders-Comm ercial Items (5/2002) applies to this acquisition. Under paragraph b, the following clauses are incorporated: 52.203-6, Restrictions on Subcontractor Sales to the Government, with Alternate I; 52.222-26, Equal Opportunity; 52.222-35, Affirmative Action for Disabled Veterans and Veterans of the Vietnam Era; 52.222-36, Affirmative Action for Workers with Disabilities; 252.222-37, Employment Reports on Disabled Veterans; 52.225-3, Buy American Act-Supplies. The clause 52.232-33, Mandatory Information for Elect ronic Funds Transfer Payment (5/1999) applies to this solicitation. The clause at DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statutes to Defense Acquisition of Commercial Items, is applicable to this acquisition. For technical questions please contact Leon D. Bryson, (785) 239-8156 or e-mail leon.bryson@riley.army.mil offers are due by 4 p.m., bye-mail, fax or mail. Mail to the Contra cting Officer, USPFO for Kansas, 2737 S. Kansas Ave., Topeka, KS 66611-1170 or fax to (785) 274-1642 Attn.: Mr. Adam L. Villalobos; or e-mail to: adam.villalobos@ks.ngb.army.mil. Simplified Acquisition
 
Place of Performance
Address: USPFO for Kansas 2737 South Kansas Avenue, Topeka KS
Zip Code: 66611-1170
Country: US
 
Record
SN00542635-W 20040313/040311222855 (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.