Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 31, 2005 FBO #1374
SOLICITATION NOTICE

28 -- Requirement for 120 ECV Service Engines, AM General Part Number 5715150 for HMMWVs. FMS Requirement for Government of Israel.

Notice Date
8/29/2005
 
Notice Type
Solicitation Notice
 
NAICS
336999 — All Other Transportation Equipment Manufacturing
 
Contracting Office
RDECOM Acquisition Center - Aberdeen, ATTN: AMSSB-ACC-A, 4118 Susquehanna Avenue, Aberdeen Proving Ground, MD 21005-3013
 
ZIP Code
21005-3013
 
Solicitation Number
W91CRB-05-T-0122
 
Response Due
9/12/2005
 
Archive Date
11/11/2005
 
Small Business Set-Aside
N/A
 
Description
This is an amendment to combined synopsis/solicitation W91CRB-05-T-0122 for commercial items prepared under the authority of FAR 13.5, Test Program for Certain Commercial Items and in accordance with the format in Subpart 12.6, as supplemented with a dditional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. This action will be solicited as a full and open competition. The NAICS code for this action is 336999. Requirement is for 120 each ECV Service Engines, AM General Part Number 5715150 (for HMMWV). This is an FMS Requirement for the Government of Israel under FMS Case IS-B-BIY. Delivery terms are F.O.B. Destination. Items shall be shipped to Government of Israel, Ministry of Defense, G&B Packing Co., 8 Hook Road, Bayonne, NJ 07002-5082. Contractor to provide best commercial standard of packaging for overseas shipment and storage. Offerors shall propose firm, fixed-prices that includes shipping. Exact delivery instructions will be provided with the contract. Offerors must provide a delivery schedule with their proposal. Supplier must enclose a Certificate of Conformance of original manufacturing with goods. Each item must be separately packaged and marked as specified in contract. Desired delivery is 45 days ARO, however, offerors are encouraged to propose alternate delivery schedules if complete delivery cannot be met. Partial shipments are acceptable, however, shipments s hall be consolidated as much as possible. The provision at 52.212-1, Instructions to Offerors-Commercial, applies to this acquisition. The provision at 52.212-2 Evaluation  Commercial Items applies to this acquisition. Contracting Officer shall make a b est value award decision based on the following evaluation factors: Price and delivery schedule. Award will be made to the offeror that provides the best delivery schedule for the best price. A completed copy of the provision at 52.212-3, Offeror Repres entations and Certifications-Commercial Items, must be provided with offers. The clause at 52.212-4, Contract Terms and Conditions-Commercial Items, applies to this acquisition. The clause at 52.212-5, Contract Terms and Conditions Required To Implement St atutes or Executive Orders-Commercial Items, applies to this acquisition. Additional FAR clauses cited in this clause are applicable: (7) 52.219-8, Utilization of Small Business Concerns; (8) 52.219-14, Limitations on Subcontracting; (14) 52.222-3, Convi ct Labor; (15) 52.222-19, Child Labor-Cooperation with Authorities and Remedies (16) 52.222-21 Prohibition of Segregated Facilities (17) 52.222-26 Equal Opportunity; (18) 52.222-35, Equal Opportunity For Disabled Veterans and Veterans of the Vietnam Era, ( 19) 52.222-36, Affirmative Action For Workers with Disabilities, (20) 52.222-37 Employment Reports on Disabled Veterans and Veterans of the Vietnam Era, (25) 52.225-13, Restriction on Certain Foreign Purchases (31) 52.232-33, Payment by Electronic Funds Tr ansfer-Central Contractor Registration (May 1999); (34) 52,239-1, Privacy or Security Safeguards. A completed copy of the provision at DFARS 252.212-7000, Offeror Representations and Certifications-Commercial Items, must be provided with offers. The clau se at DFARS 252.212-7001 applies to this acquisition. Additional clauses that apply to this acquisition: 52.211-17, Delivery of Excess Quantities; 52.246-1, Contractor Inspection Requirements; 52.246-2, Inspection of Supplies-Fixed Price, 52.246-15 Certif icate of Conformance (Apr 1984), 252.204-7004 Required Central Contractor Registration. 52.247-34 FOB Destination. The full text of the FAR and DFARS references may be accessed electronically at this address: http://farsite.hill.af.mil. Responses to this RFQ must be signed, dated, and received by 12 September 05, no later than 4:00 PM EST at the US Army RDECOM Acquisition Center, AMSRD-ACC-U (Debbie Morrow), 41 18 Susquehanna Avenue, Aberdeen Proving Ground, MD 21005-3013. E-mail or fax submissions are acceptable; however, do not send .zip files, as they will be automatically deleted by our e-mail server. Vendors who are not registered in the Central Contractor Registration (CCR) database prior to award will not be considered. Vendors may register with CCR by calling 1-800-334-3414 or by registering online at www.ccr.gov. For questions concerning this solicitation contact Debbie Morrow, Contract Specialist, phone (410) 278-2509, fax (410)306-3848, or email debra.morrow@us.army.mil.
 
Place of Performance
Address: RDECOM Acquisition Center - Aberdeen ATTN: AMSSB-ACC-A, 4118 Susquehanna Avenue Aberdeen Proving Ground MD
Zip Code: 21005-3013
Country: US
 
Record
SN00881919-W 20050831/050829212253 (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.