Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 16, 2004 FBO #0872
SOLICITATION NOTICE

28 -- Ring Assembly Unison, NSN: 2835-01-074-3443 Army P/N 12286224 Honeywell P\N 3-100-410-02.

Notice Date
4/14/2004
 
Notice Type
Solicitation Notice
 
NAICS
333618 — Other Engine Equipment Manufacturing
 
Contracting Office
USPFO for Kansas, 2737 South Kansas Avenue, Topeka, KS 66611-1170
 
ZIP Code
66611-1170
 
Solicitation Number
W912JC-04-R-4019
 
Response Due
4/28/2004
 
Archive Date
6/27/2004
 
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 solicitation is for an Indefinite Delivery-Indefinite Quantity type contract for the purchase of Ring Assembly Unison, NSN: 2835-01-074-3443 Army P/N 12286224 Honeywell P\N 3-100-410- 02. Anticipated contract will be for one year with two option years. Max qty of 120 each 1st base year, 150 each 1st option year and 200 each for the 2nd option year with a minimum qty of 20 each per year. Applicable to AGT 1500 Gas Turbine Engine. Shippin g shall be F.O.B. Destination with deliveries to the 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 & S pace, 1300 W. Warner Road, Tempe, AZ 85285-2200. These parts require engineering source approval by the design control activity (U.S. Army Tank Command) in order to maintain the quality of the part. Proof of U.S. Army Tank Command source approval is requir ed. All offerors must meet prequalification requirements in order to be eligible for award. Adequate technical data is not available for this acquisition. All responsible sources may submit an offer, which shall be considered by the Agency. Proposals subm itted in response to this solicitation must include information on prior contracts awarded for the item bid. Include contact number(s), amount of contract, agency point of contact, and telephone number of contact. Proposal must include proposed delivery date from receipt of delivery order and economic order quantities for each solicitation. Best value will be determined considering past performance, quality, proposed delivery, technical qualifications, and most advantageous and economical pricing. In or der to receive an award for this contract, you must be registered in the Central Contractor Registration. You may register at WWW.CCR.GOV. This solicitation W912JC-04-R-4019 is issued as an RFP. This is a solicitation document and incorporates provisions a re those in effect through Federal Acquisition Circular 2001-22. NAICS code is 811310. The provision at FAR 52.212-3, Offeror Representations and Certifications (1/2004) applies to this acquisition. A completed-signed copy of this provision shall be submi tted with any proposal. The clause at FAR 52.212-4, Contract Terms and Conditions (10/2003) applies to this acquisition. The clause at FAR 52.212-5, Contract terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (1/2004) applies to this acquisition. Under paragraph b, the following clauses are incorporated: 52.203-6, Restrictions on Subcontractor Sales to the Government (7/1995), with Alternate I; 52.222-26 (4/2002), Equal Opportunity; 52.222-35, Affirmative Action for Dis abled Veterans and Veterans of the Vietnam Era (12/2001); 52.222-36 Affirmative Action for Workers with Disabilities (6/1998); 252.222-37, Employment Reports on Disabled Veterans (12/2001); 52.225-3, Buy American Act-Supplies (1/2004). The clause 52.232-33 , Mandatory Information for Electronic Funds Transfer Payment (10/2003) 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 (1/2004), is app licable to this acquisition. Award shall be based on the lowest priced technically acceptable proposal received in response to this solicitation. For technical questions please contact Leon Bryson, (785) 239-8156 or e-mail leon.bryson@riley.army.mil offers are due by 2 p.m., bye-mail, fax or mail. Mail to the Contracting Officer, USPFO for Kansas, 2737 S. Kansas Ave., Topeka, KS 66611-1170 or fax to (785) 274-164 2 Attn.: Mr. Adam L. Villalobos; or e-mail to: adam.villalobos@ks.ngb.army.mil. Simplified Acquisition Procedures will be utilized.
 
Place of Performance
Address: USPFO for Kansas 2737 South Kansas Avenue, Topeka KS
Zip Code: 66611-1170
Country: US
 
Record
SN00565778-W 20040416/040414212112 (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.