SOLICITATION NOTICE
16 -- Teledyne Continental Aircraft Motor
- Notice Date
- 4/9/2008
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 336412
— Aircraft Engine and Engine Parts Manufacturing
- Contracting Office
- Animal and Plant Health Inspection Service, Administrative Services Division/Contracting, 100 North 6TH Street, Butler Square 5TH Floor, Minneapolis, Minnesota, 55403
- ZIP Code
- 55403
- Solicitation Number
- AG-6395-S-08-0060
- Point of Contact
- Jason L Wilking, Phone: 612-336-3210
- E-Mail Address
-
Jason.L.Wilking@aphis.usda.gov
- Small Business Set-Aside
- Total Small Business
- Description
- NA (i) 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; quotations are being requested and a separate written request for quotation will not be issued. (ii) The reference number is AG-6395-S-08-0060 and the solicitation is issued as a request for proposal (RFQ). (iii) The provisions and clauses incorporated into this solicitation document are those in effect at the time of publication. Provisions and clauses incorporated by reference have the same force and effect as if they were given in full text. The full text of the Federal Acquisition Regulation (FAR) and Agriculture Federal Acquisition Regulations supplement (AGARs) can be accessed on the Internet at http:// www.arnet.gov/far and http://www.usda.gov/procurement/policy/agar.html (iv) This solicitation is set-aside for small business. The associated NAICS code for this effort is 336412 and small business size standard is 1000 employees. (v) This requirement consists of one line item: Line Item One 0001, Quantity: 1, for a Factory Remanufactured Aircraft Engine for Cessna U206G, P/N IO-520F12B Teledyne Continental warranty (vi) Description: 24-volt system, 9.82 inch cooler, screen type oil filter, includes engine mount legs, 24 volt starter, and mechanical tachometer. Note: Government will provide contractor a serviceable core engine. Engine to be used as Core Serial Number 826550-R. (vii) Delivery and acceptance of deliverables will be FOB origin, shipment including shall be the responsibility of the Government (viii) The provision at 52.212-1, Instructions to Offerors - Commercial, applies to this solicitation. (ix) The provision at 52.212-2, Evaluation - Commercial Items, applies to this solicitation. The following text is added to Paragraph (a) of FAR 52.212-2: (Low Price Technically Acceptable). A competitive award will be made to the responsible firm with lowest priced technically acceptable quote. (x) The provision at 52.212-3, Offeror Representations and Certifications - Commercial Items, applies to this solicitation. The contractor shall return a completed copy of this provision with its quotation. A copy of the provision may be attained from http:// www.arnet.gov/far. (xi) The clause at 52.212-4, Contract Terms and Conditions - Commercial Items, applies to this acquisition. (xii) The clause at 52.212-5, Contract Terms and Conditions Required To Implement Statutes Or Executive Orders - Commercial Items, applies to this acquisition. The following FAR clauses identified at paragraph b of FAR 52.212-5 are considered checked and is applicable to this acquisition; 52.219-6 notice of Small business set aside; 52.222-3 Convict Labor; 52.222-19 Child Labor – Cooperation with Authorities and remedies; 52.222-21 Prohibition of Segregated Facilities; 52.222-26 Equal Opportunity; 52.222-35 Affirmative Action for Special Disabled and Vietnam Era Veterans; 52.222-36 Affirmative Action for Workers with Disabilities; 52.222-37 Employment Reports on Special Disabled Veterans and Veterans of the Vietnam Era; 52.222.50 Combating trafficking in persons, 52.225-1 Buy American Act; 52.232-33 Payment by Electronic Funds Transfer-Central Contractor Registration; (xiii) To be awarded this contract, the offeror must be registered in the CCR. CCR information may be found at http://www.ccr.gov. (xiv) The Defense Priorities and Allocations System (DPAS) is not applicable to this acquisition. (xv) There are no numbered notes applicable to this solicitation. (xvi) Quotations are due at the USDA APHIS MRPBS-ASD Contracting Team, Butler Square West 5th Floor, 100 North 6th Street, Minneapolis, MN 55403 no later than 1:30 pm Central time on Wednesday April 16, 2008. Faxing or emailing quotes is acceptable. (xvii) The assigned Specialist is Jason Wilking. Jason may be reached at Jason.l.wilking@aphis.usda.gov, (612) 336-3210 or by fax, (612) 336-3550.
- Web Link
-
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=058b9e6ab1aa28e2958bfd98ec1ab815&tab=core&_cview=1)
- Place of Performance
- Address: 22675 N Moorefield Road, edinburg, Texas, 78541, United States
- Zip Code: 78541
- Zip Code: 78541
- Record
- SN01550266-W 20080411/080409215625-058b9e6ab1aa28e2958bfd98ec1ab815 (fbodaily.com)
- Source
-
FedBizOpps Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |