SOLICITATION NOTICE
16 -- 16-Aircraft Engine Parts
- Notice Date
- 4/19/2004
- Notice Type
- Solicitation Notice
- NAICS
- 336412
— Aircraft Engine and Engine Parts Manufacturing
- Contracting Office
- Other Defense Agencies, U.S. Special Operations Command, Technical Applications Contracting Office (TAKO), ATTN: AMSAM-TASO-K Lee Boulevard, Building 401, Fort Eustis, VA, 23604-5577
- ZIP Code
- 23604-5577
- Solicitation Number
- H92241-04-Q-0018
- Response Due
- 4/26/2004
- Point of Contact
- Teresa Dansberry, Contract Specialist/Contracting Officer, Phone 757-878-5223 xt 243, Fax 757-878-4199, - Teresa Dansberry, Contract Specialist/Contracting Officer, Phone 757-878-5223 xt 243, Fax 757-878-4199,
- E-Mail Address
-
tdansberry@tapo.eustis.army.mil, tdansberry@tapo.eustis.army.mil
- 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 requirement is being solicited on a full and open basis. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. The solicitation is issued as a Request for Quotation (RFQ). The solicitation number is H92241-04-Q-0018. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2001-20. Inspection and Acceptance: Origin. FOB Point: Destination. The parts are as follows: Item Number Item Part Number Qty 0001 CLAMP 150SG1108 10 0002 BRACKET 90 DEG. ANGLE . 23001843 20 0003 VALVE SHUT OFF (N.O.) 23007827 5 0004 CLAMP LOOP TYPE SUPPORT CUSHI 23039030-14 10 0005 HOSE ASSEMBLY FUEL 23056649 6 0006 CLAMP SINGLE LOOP - CUSHIONED 23060015-04 9 0007 CLAMP SINGLE LOOP - CUSHIONED 23060015-06 6 0008 CLAMP: SINGLE LOOP - CUS 23060015-08 8 0009 CLAMP: SINGLE LOOP - CUSH 23060015-10 8 0010 CLAMP SINGLE LOOP-CUSHIONED 23060015-12 6 0011 SEAL 23064567 12 0012 HARNESS 23067663 4 0013 TRANSDUCER PRES-TORQUEMETER O 23070297 7 0014 GEARSHAFT ASSY; SPUR ADAPTER 23073520 5 0015 NOZZLE ASSY: FUEL SPRAY JAA TAGS 23077068 4 0016 CREW WIN GR L/H 30 500-024-011 21 0017 SEAL 23064567 15 0018 UNION AN815-8D 15 0019 WASHER AN960-416L 401 0020 WASHER AN960-516L 20 0021 DRAIN VALVE - FUEL 1/8 NPT CAV110 15 0022 PACKING PACKING (1/25) M83248-1-140 20 0023 RING MS16624-1100 69 0024 NUT: SELF LOCK STEEL MS17826-4 20 0025 NUT MS21042-4 20 0026 NUT: SELF LOCK STEL MS21043-4 20 0027 BOLT: MACH 12 PT HD .190 MS9556-06 15 0028 BOLT NAS6206-52 15 A Firm Fixed Price (FFP) type contract is contemplated. BRAND NAME ONLY requirement. These are flight critical parts and must be new part with FAA certification from an approved source; overhaul and surplus parts are unacceptable. Award will be based on an evaluation of Technical, Cost and Delivery/Past Performance. Technical is of primary importance, cost is of secondary importance and delivery/Past Performance is of equal importance. With regards to technical, evaluation will be conducted to determine that the technical quote satisfies the Government?s requirement for Brand Name Only and new Parts. Cost will be evaluated on low cost for the total contract value for all CLINs. Multi awards will not be made for this requirement. The parts are required immediately. Offerors shall identify past or current contracts with Federal, State and Local Governments and Private Industry for effort similar to the effort required by this solicitation. Offerors shall identify up to three (3) contracts. In the case of an offeror, without a record of relevant past performance or for whom information on past performance is not available, the offeror will be given a neutral past performance rating and will not be rated favorably or unfavorable based on past performance. Any award resulting from this RFQ will be issued on a Standard Form (SF) 1449A and will contain all clauses by law, the FAR, and the Defense Federal Acquisition Supplement (DFARS) as appropriate for the dollar value of the award. FAR 52.212-1 Instructions to Offerors?Commercial Items; 52.212-2 Evaluation ? Commercial Items; 52.212-3 Offeror Representations and Certifications?Commercial Items; 52.212-4 Contract Terms and Conditions?Commercial Items, applies to this acquisition and 52.212-5 Contract Terms and Conditions Required to Implement Statues or Executive Orders?Commercial Items. 252.212-7000 Offeror Representation and Certifications ? Commercial Items and 52.212-7001 Contract Terms and Conditions Required to Implement Statues or Executive Orders applicable to Defense Acquisition of commercial items. This solicitation incorporates one or more solicitation provision/clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Proposals shall provide the following information, representations, and certifications: 1. Provide delivery schedule 2. Offeror shall affirm FOB Point. 2. The Contractor shall provide total charges, including shipping and handling cost if applicable. 3. Offerors shall affirm that their proposal will be valid 90 days from the specified closing date. 4. Offeror shall affirm FOB Point and Inspection & Acceptance. 5. Remittance address. 6. Taxpayer Identification Number (TIN) per FAR 52.204-3, Taxpayer Identification (Oct 1998). 7. FAR 52.204-6, Contractor Identification Number ? Data Universal Numbering System (DUNS) Number (Apr 1998). 8. Commercial and Government Entity (CAGE) Code per DFARS 252.204-7001, Commercial and Government Entity (CAGE) Code Reporting (Dec 1991). 9. Proposed delivery schedule. Proposals may be submitted in contractor format. CREDIT CARD PAYMENT ? Supplies and/or services to be provided shall be paid via an I.M.P.A.C.T. VISA Credit Card. Offers shall include a complete copy of the provision at FAR 52.212-3, Offeror Representations and Certifications Commercial Items and DFARS 252.212-7000 Offeror Representation and Certifications ? Commercial Items, with the offer. Be sure to include company name, address, telephone number, e-mail address, fax number, and reference the solicitation number. Proposals must be delivered to U.S. Special Operations Command, Technology Applications Contracting Office, Attn: AMSAT-D-TK (Teresa Dansberry), Bldg. 401 Lee Blvd., Ft. Eustis, VA 23604-5577, not later than 3:00 PM local time 26 April 2004.
- Place of Performance
- Address: USA
- Record
- SN00568782-W 20040421/040419212552 (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 |