Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 03, 2004 FBO #0920
SOLICITATION NOTICE

28 -- This requirement is for an ID-IQ type contract for the ??????Housing Intermediate??????, NSN: 3040-01-073-0721, Army P/N 12302392 and Honeywell P\N 3-105-250-27 for one year with 2 option years.

Notice Date
6/1/2004
 
Notice Type
Solicitation Notice
 
NAICS
336412 — Aircraft Engine and Engine Parts Manufacturing
 
Contracting Office
USPFO for Kansas, 2737 South Kansas Avenue, Topeka, KS 66611-1170
 
ZIP Code
66611-1170
 
Solicitation Number
W912JC-04-R-4023
 
Response Due
6/15/2004
 
Archive Date
8/14/2004
 
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 FAR Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; propos als are being requested and a written solicitation will not be issued. This requirement is for an ID-IQ type contract for the Housing Intermediate, NSN: 3040-01-073-0721, Army P/N 12302392 and Honeywell P\N 3-105-250-27 for one year with 2 option years. R equirements are for a Max qty of 120 ea 1st contract year, 150 ea 2nd option year and 200 ea 3rd option year with a minimum qty of 5 per year. Applicable to AGT 1500 Gas Turbine Engine. Shipping shall be F.O.B. Destination with deliveries to Advance Turbi ne 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. These parts requi re 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 data is not ava ilable for this acquisition. All responsible sources may submit an offer, which shall be considered by the Agency. Offeror must be registered in the Central Contractor Registration in order to receive an award for this contract. You may register at WWW.CC R.GOV. This solicitation W912JC-04-R-4023 is issued as an RFP. This solicitation document incorporates provisions that are in effect through Federal Acquisition Circular 2001-22 & 23. NAICS code is 336412. The provision at FAR 52.212-3, Offeror Represen tations and Certifications (1/2004) 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 (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 t o the Government (7/1995), with Alternate I; 52.222-26 (4/2002), Equal Opportunity; 52.222-35, Affirmative Action for Disabled 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 applicable to this acquisition. Award shall be made based on the lowest priced technically acceptable proposal received in response to th is solicitation. Proof of U.S. Army Tank Command source approval is required. For technical questions please contact Leon Bryson, (785) 239-8156 or e-mail leon.bryson@riley.army.mil offers are due JUNE 15, 2004, 2:00 PM CST, by e-mail, fax or mail. Mail proposal to the Contracting Officer, USPFO for Kansas, 2737 S. Kansas Ave., Topeka, KS 66611-1170 or fax to (785) 274-1642 Attn.: Mr. Adam Villalobos; or e-mail to: adam.villalobos@ks.ngb.army.mil. Simplified Acquisition Procedures will be utilized. This combined synopsis solicitation is modified as follows: 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 receipt of order, and economic order quantities for each item, if applicable. Award will be made based on best value proposal(s) received in response to this solicitation. Best value will be determined considering past performance, quality, proposed delivery, technical qualifications, and most advantageous and economical pricing.
 
Place of Performance
Address: USPFO for Kansas 2737 South Kansas Avenue, Topeka KS
Zip Code: 66611-1170
Country: US
 
Record
SN00595323-W 20040603/040601211955 (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.