SOLICITATION NOTICE
17 -- Hydraulic Power Unit
- Notice Date
- 2/6/2009
- Notice Type
- Combined Synopsis/Solicitation
- Contracting Office
- Department of the Army, National Guard Bureau, USPFO for Mississippi, USPFO for Mississippi, 144 Military Drive, Jackson, MS 39208-8860
- ZIP Code
- 39208-8860
- Solicitation Number
- W9127Q-09-T-0004
- Response Due
- 2/17/2009
- Archive Date
- 4/18/2009
- Point of Contact
- Joe Smith, 601-313-1556<br />
- Small Business Set-Aside
- Total Small Business
- Description
- This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulation (FAR) Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; offers are being requested and a written solicitation will not be issued. This solicitation number is W9127Q-09-T-0004 and is issued as a Request for Quotation (RFQ). The RFQ incorporates provisions and clauses as those in effect through Federal Acquisition Circular Number 2005-29. This solicitation is 100% set-aside for small business. The North American Industry Classification System (NAICS) code is 336413 with small business standard of 1000 employees or less. Description of commodity: LINE ITEM 1: One (1) each, Hydraulic Power Unit, electric, to support UH-60/Blackhawk, AH-64/Apache, CH-47 Chinook, OH-58/Kiowa, and UH-1/Iroquois Aircraft (same as/equal to Tronair Model #54201EA1BBDM). Minimum specifications: 25 HP/3 phase motor, 3500 psi maximum flow at 15 gpm peak pressure at 60 Hz, 6000 psi certified pressure gauge, size 12 (3/4) pressure hose, size 16 (1) return hose. Power source requires 220/230 VAC, 3 phase, 60 Hz. Must include a User Instruction Manual and a Service/Repair Manual. LINE ITEM 2: Two (2) each, Hydraulic Coupling Kit Commodity delivery required not later than 60 days after date of contract. If delivery date cannot be met, indicate proposed delivery date. Offer is to be FOB Destination, delivered to Gulfport, MS 39505-3349. The following FAR provisions and clauses apply to this solicitation: 52.211-6, Brand Name or Equal; 52.211-17, Delivery of Excess Quantities; 52.212-1, Instructions to Offerors-Commercial Items; 52.212-2, Evaluation-Commercial Items (Evaluation factors being ability to meet Government requirements, price, and delivery); 52.212-3, Offeror Representation and Certifications-Commercial Items; 52.212-4, Contract Terms and Conditions-Commercial items; 52.212-5 (dev), Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (Deviation); 52.219-6, Notice of Total Small Business Set-Aside; 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 Disabled Veterans and Veterans of the Vietnam Era; 52.225-18, European Union Sanctions for End Products. 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration; 52.233-35, Protest After Award; 52.247-34, F.O.B. Destination; 52.252-1, Solicitation Provisions Incorporated By Reference; 52.252-2, Clauses Incorporated by Reference; and 52.252-6, Authorized Deviations in Clauses. The following Defense Federal Acquisition Regulations Supplement (DFARS) provisions and clauses apply to this solicitation: 252.204-7004, Central Contracting Registration, 252.212-7001(Dev), Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items (Deviation), 252.225.7006, Buy American Act-trade agreements-Balance of Payments Program Certificate; and 252.225-7007, Buy American Act-trade agreements-Balance of Payments Program. Copy of provisions and clauses are available on the Internet at www.arnet.gov/far. Qualifying offers must meet the stated specifications and be accompanied by completed provisions 52.212-3 and 252.225-7006. Offerors must have a valid DUNS Number; must be able to receive payments via Electronic Funds Transfer (EFT/Direct Deposit); and must be registered with the Central Contractor Registration database (CCR) (web address for registration: http://www.ccr.gov). The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforms to the solicitation and will be most advantageous to the Government. Required information and completed offer, to include specifications, warranty information, and descriptive literature, may be faxed to 601-313-1654 or emailed to David.Oglesby@us.army.mil. Offer must be received not later than 4:00 PM CT, February 17, 2009. All responsible sources may submit an offer, which shall be considered by the agency. Contracting questions may be addressed to David Oglesby at (601) 313-1619 or David.Oglesby@us.army.mil. Technical questions related to the power unit may be addressed to Wayne Chalmers at (228) 214-1308 or Wayne.Chalmers@us.army.mil.
- Web Link
-
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=bacde85461b718a371413dfd9f1fe034&tab=core&_cview=1)
- Place of Performance
- Address: USPFO for Mississippi 144 Military Drive, Jackson MS<br />
- Zip Code: 39232-8861<br />
- Zip Code: 39232-8861<br />
- Record
- SN01745878-W 20090208/090206220216-bacde85461b718a371413dfd9f1fe034 (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 |