Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF OCTOBER 29, 2005 FBO #1433
SOLICITATION NOTICE

36 -- Indefinite Delivery/Indefinite Quantity for Cowling Turbine Nozzle, NS: 2835-01-074-0013, Army P/N 12286366, Honeywell P/N 3-10-380-05.

Notice Date
10/27/2005
 
Notice Type
Solicitation Notice
 
NAICS
811310 — Commercial and Industrial Machinery and Equipment (except Automotive and Electronic) Repair and Maintenance
 
Contracting Office
USPFO for Kansas, 2737 South Kansas Avenue, Topeka, KS 66611-1170
 
ZIP Code
66611-1170
 
Solicitation Number
W912JC-06-R-4001
 
Response Due
11/10/2005
 
Archive Date
1/9/2006
 
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 requirement is for a IDIQ Contract for the Cowling Turbine Nozzle NSN: 2835-01-074-0013, Army P/N 12286366, Honeywell P/N 3-10-380-05. Contract will be for Base Year with 2 option ye ars. Maximum quantity for 150 ea for base year and 200 ea for option year one and 250 ea for option year two with a minimum quantity of 20 per year. Item is applicable to AGT 1500 Gas Turbine Engine. Shipping shall be FOB Destination with deliveries to A dvance Turbine Engine Army Maintenance (ATEAM), Bldg. 741, Ft Riley, KS. This is restricted to approved vendors of the U.S. Army Tank Command, Warren, MI 48397-500 and/or Honeywell, Inc.., Defense & Space, 130 W. Warner Road, Tempe, AZ 85285-2200. Thes e parts require 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 available for this acquisition. Prospective contractors must provide a sample of each part for inspection and approval by the ATEAM Quality Assurance Inspector. Firms that can produce the required 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-06-R-4001 is issued as an RFP. Proposals will be evaluated and award made on the basis of the lowest price technically acceptable proposal. A technically acceptable proposal is one in which the contractor meets all requirements listed in the solicitation. This is a solicitation document incorporating provisions in effect through Federal Acquisition Circular 2005-06. NAICS code is 8 11310. This requirement is for the Advance Turbine Engine Army Maintenance Team, Kansas Army National Guard, Bldg 1460, Ft. Riley, KS. This is a solicitation document incorporating provisions in effect through Federal Acquisition Circular, 2005-06. The p rovision at FAR 52.212-3, Offeror Representations and Certifications (3/2005) 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 (9/2005 ) applies to this acquisition. The clause at FAR 52.212-5, Contract terms and Conditions Required to Implement Satutes or Executive Orders-Commercial Items (9/2005) applies to this acquisition. Under paragraph b, the following clauses are incorporated: 52.203-6, (7/1995), Restrictions on Subcontractor Sales to the Government, with Alternate I; 52.222-26, (4/2002), Equal Opportunity; 52.222-35, (12/2001), Affirmative Action for Disabled Veterans & Veterans of the Vietnam Era; 52.222-36, (6/1998), Affirm ative Action for Workers with Disabilities; 252.222-37, (12/2001), Employment Reports on Disabled Veterans; 52-225-3, (01/2005), Buy American Act-Supplies. The clause 52.232-33, (10/2003), Mandatory Information for Electronic Funds Transfer Payment (5/19 99) 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, is applicable to this acquisition. For technical questions concerning this requir ement contact Mr. Leon Bryson, (785) 239-8156 or e-mail leon.bryson@ks.ngb.army.mil. Offers are due by 2:00 P.M CST, 10 Nov 05 by e-mail, fax or mail. Mail to the Contracting Officer, USPFO for Kansas, 2737 S. Kansas Ave., Topeka, KS 66611-1170 or fax t o 785 274-1642, Attn: Adam Villalobos; (785) 274-1218 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
SN00922399-W 20051029/051027212051 (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.