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 -- Indefinite Delivery -Indefinite Quantity Contract for Housing Mechanical, Forward Header NSN: 3040-01-197-8098 Army P/N 12286779

Notice Date
4/14/2004
 
Notice Type
Solicitation Notice
 
Contracting Office
USPFO for Kansas, 2737 South Kansas Avenue, Topeka, KS 66611-1170
 
ZIP Code
66611-1170
 
Solicitation Number
W912JC04R4018
 
Response Due
4/29/2004
 
Archive Date
6/28/2004
 
Point of Contact
Tom Coleman, (785) 274-1211
 
E-Mail Address
Email your questions to USPFO for Kansas
(tom.coleman@ks.ngb.army.mil)
 
Small Business Set-Aside
N/A
 
Description
CORRECTION - This is a combined synopsis/solicitation for an Indefinite Delivery -Indefinite Quantity Contract for Housing Mechanical, Forward Header NSN: 3040-01-197-8098 Army P/N 12286779 Honeywell P\N 3-500-261-01 for one year base with 2 option y ears. Estimated quantity for base year is 100 EA and 150 EA -- Option year 1 and 200 EA -- Option year 2. Minimum quantity is 10.units per year. End item applicable is the AGT 1500 Gas Turbine Engine. Required delivery is F.O. B. Destination, with delive ries made to: Advance Turbine Engine Army Maintenance (ATEAM), Bldg. 741, Fort Riley, KS. These parts require engineering source approval by the design control activity (U.S. Army Tank Command) and/or Honeywell Inc., Defense & Space, 1300 W. Warner Road, Tempe, AZ 85285-2200 to maintain the quality of the part. Offerors must present evidence of their source approved in order to be eligible for award. Releasable technical data is not available for this acquisition. Firms that recognize and can produce the r equired item described above are encouraged to identify themselves. All responsible sources may submit an offer, which shall be considered by the Agency. This solicitation W912JC-04-R-4018 is issued as an RFP. This is a solicitation document and incorpora tes provisions are those in effect through Federal Acquisition Circular 2001-22. NAICS code is 332721. In order to receive an award for this contract, you must be registered in the Central Contractor Registration. You may register at WWW.CCR.GOV. Propos als submitted in response to this solicitation must include information on prior contracts awarded for this item. Include contract number(s), amount of contract, agency point of contact, and telephone number of contact. Proposal must include proposed deliv ery date from of receipt of delivery order, and economic order quantities 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 w ill be determined with consideration of past performance, 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 resp onse to this solicitation. The provision at FAR 52.212-3, Offeror Representations and Certifications (7/2002) applies to this acquisition. A completed-signed copy of this provision 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-Commercial 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 fo r 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 Electronic Funds Transfer Payment (5/1999) applies to this solicitation. The clause at DF ARS 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 not later than 4 p.m. 29 April 2004, via e-mail, fax or mail. Mail to the Contracting Officer, USPFO for Kansas, 2737 S. Kansas Ave., Topeka, KS 66611-1170 or fax to (785) 274-1642 Attn.: Mr. Tom Coleman; or e-mail to: tom.coleman@k s.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
SN00565781-W 20040416/040414212114 (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.