SOLICITATION NOTICE
28 -- Aircraft Engine
- Notice Date
- 11/30/2009
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 336412
— Aircraft Engine and Engine Parts Manufacturing
- Contracting Office
- Department of Agriculture, Forest Service, R-5 Pacific Southwest Region, Fire Acquisitions, 3237 Peacekeeper Way, McClellan, California, 95652
- ZIP Code
- 95652
- Solicitation Number
- AG-9J61-S-10-0004
- Archive Date
- 1/29/2010
- Point of Contact
- Kathy M Griffin, Phone: 916-640-1064, Terry Mitchell, Phone: 530 226-2415
- E-Mail Address
-
kgriffin@fs.fed.us, tmitchell@fs.fed.us
(kgriffin@fs.fed.us, tmitchell@fs.fed.us)
- Small Business Set-Aside
- Total Small Business
- Description
- This is a combined synopsis/solicitation for purchase of one new aircraft engine in accordance with the format in FAR Subpart 12.6 and 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. The solicitation number is AG-9J61-S-10 -0004. The solicitation is issued as a Request for Quotes (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 05-37. This procurement is a small business set-aside. The NAICS Code applicable to this RFQ is 336412. The small business size standard is 1000 employees. The U.S.D.A. Forest Service proposes to procure one new engine for Cessna A185F N4704A, (IO-520D). The new engine must be: factory built and have zero time. The serial number of the existing engine is 282625-R. The Forest Service will return/exchange the existing core engine. The vendor must be an authorized Continental distributor. All shipping and documentation must be included in the bid. The successful bidder will keep the Forest Service apprised of expected delivery time or any delays. All components and material to be used shall be new and unused. The engine shall be delivered by February 15, 2010 to USDA Forest Service Aviation Unit 4503 W. William Barnes Ave. Lancaster, CA 93536. ITEM001: Engine Model: IO-520D; A/C Manufacturer: Cessna A185F; Voltage: 12; Horsepower:300; A/C Type: 185 -Airframe Serial No: 18502426 DESCRIPTIVE LITERATURE: Contractor to provide descriptive literature of make and model to be furnished. EVALUATION INFORMATION: The Government will award a contract resulting from this solicitation to the responsible offeror whose quote conforms to the solicitation and will be most advantageous to the Government. Quotes in response to this solicitation will be evaluated using the following factors: (i) quality of product, (ii) price ( including shipping and exchange value of old engine core), (iii) experience of contractor, and (iv) past performance of contractor. Technical performance is equal to price. Contractor shall provide information on the evaluation factors listed above. Proposal Preparation Instructions: The provision at 52.212-1, Instructions to Offerors - Commercial Items, applies to this acquisition. Offerors shall provide a firm fixed-price for Quantity of One (1) new aircraft engine, fully assembled; Shipping charges, if any, must be added as a separate line item. Successful contractor must meet all the responsibility requirements of Subpart 9.1 of the Federal Acquisition Regulation (FAR). A written notice of award or acceptance of offer, mailed or otherwise furnished to the successful offeror, shall result in a binding contract without further action by either party. Offerors are to include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications-Commercial Items, with their response. The following clauses also apply: 52.212-2 Evaluation--Commercial Items; 52.212-4, Contract Terms and Conditions--Commercial Items; 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders--Commercial Items, and Agriculture Acquisition Regulation (AGAR) 452.211-70 Brand Name or Equal, (AGAR) 452.211-71 Equal Products Offered, and 52.214-21, Descriptive Literature. The full text of these provisions and clauses may be accessed electronically at http://www.gsa.gov/far/. The vendor must be registered in Central Contractor Registration (CCR), (http://www.bpn.gov/ccr). The due date for submission of offers is December 15, 2009 at 4:30 p.m., local time, to U.S. Forest Service, Fire and Aviation Management, 3237 Peacekeeper Way, McClellan, 95652; Attn: Kathryn Griffin. All requests for information are to be addressed to Kathryn Griffin, Contract Specialist, at (916) 640-1064. Technical questions should be addressed to John Litton, at (661) 723-2582, or via electronic mail to jlitton@fs.fed.us. Administrative questions must be received no later than five business days after publication of this notice and may be faxed to (916) 640-1090 or sent via electronic mail to kgriffin@fs.fed.us. Offerors are responsible to comply with this notice and amendments thereto. Amendments to the RFQ wil be published in the same manner as the initial synopsis/solicitation.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USDA/FS/9J61/AG-9J61-S-10-0004/listing.html)
- Place of Performance
- Address: US Forest Service, Aviation Unit, 4503 W. William Barnes Ave., Lancaster, California, 93536, United States
- Zip Code: 93536
- Zip Code: 93536
- Record
- SN02012843-W 20091202/091130234534-5a15a32ced032cf54658d01794a44f0a (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 |