Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF SEPTEMBER 18,1996 PSA#1682

Oc-Alc/Dir Of Contracting/Propulsion, 3001 Staff Dr Ste 1ag81, Tinker Air Force Base Ok 73145-3032

R -- KC AND RC 135 RE-ENGINING PROGRAM SOL F34601-96-R-49738 DUE 100496 POC For copy, Leellen Long/Lpdpb/(405)739-4436, For additional information contact Leellen Long/Lpdpb/(405)739-4436 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. The Request for Proposal number is F34601-96-R-49738. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 90-39, dated 20 Jun 96. This is not a small business set aside; the standard industrial classification code is 3724. This is a five year requirements contract for F108 engines for the KC and RC -135 re-enginging program, F108-CF-201, CFM56 engines and the applicable data. Line items are detailed as: Engines (approximately 284 ea), Service Bullentin to upgrade engine, and data. Statement of Work and applicable CDRLs will be furnished on hard copy as requested. Engine delivery requested is 18 months after receipt of order with place of delivery to be determined. Data delivery is as required with place of delivery to be cited on CDRL. The following provisions are applicable: (1) 52.212-1, Instructions to Offerors-Commercial; (2) 52.212-2, Evaluation-Commercial Items, paragraph (a) to be completed as price, technical, past performance, and other factors; (3) 52.212-3, Offeror Representations and Certifications- Commercial Items, which should be completed and returned with offer; (4) 52.212-4, Contract Terms and Conditions-Commercial Items; (5) 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items which includes the following clauses: 52.203-6, Restrictions on Subcontractor Sales to the Government with Alternate I; 52.203-10, Price or Fee Adjustment for Illegal or Improper Activity; 52.219-8, Utilization of Small Business Concerns and Small Disadvantaged Business Concerns; 52.219-9, Small, Small Disadvantaged and Women-Owned Small Business Subcontracting Plan; 52.222-26, Equal Opportunity; 52.222- 35, Affirmative Action for Special Disabled and Vietnam Era Veterans; 52.222-36, Affirmative Action for Handicapped Workers;52.222-37, Employment Reports on Special Disabled Veterans and Veterans of Vietnam Era; 52.225-3, Buy American Act--Supplies; 52.225-9, Buy American Act--Trade Agreements Act--Balance of Payments Program; 52.225-17, Buy American Act--Supplies Under European Community Sanctions; 52.225-18, European Community Sanctions for End Products; 52.225-19, European Community Sanctions for Services; 52.225-21, Buy American Act--North American Free Trade Agreement Implementation Act; 52.247-64, Preference for Privately Owned U.S. Flag Commercial Vessels. Other clauses will be included which are considered to be standard commercial practice for the contractor, including, but not limited to, incremental payment and economic price adjustments, as applicable. Defense Priorities and Allocations System (DPAS) rating: D0A1B, SCD: C. Responses to this solicitation are due not later than: 04 Oct 96, 3:00 local time, OC-ALC/LPDPB, LeEllen Long, 3001 Staff Drive, Ste 2AG73A, Tinker AFB OK 73145-3032. For information contact LeEllen The approximate issue/response date will be 16 Sep 96. To: Cfm International, Cincinnati Oh 45215-0514. No telephone requests. Only written or faxed requests received directly from the requestor are acceptable. All responsible sources solicited may submit a bid, proposal, or quotation which shall be considered. Authority: 10 U.S.C. 2304(C)(1), Justification: Supplies (or Services) required are available from only one or a limited number of responsible source(s) and no other type of supplies or services will satisfy agency requirements. The proposed contract action is for supplies and services for which the Government intends to solicit and negotiate with only one, or a limited number of sources under the authority of FAR 6.302. Interested persons may identify their interest and capability to respond to the requirement or submit proposals. This notice of intent is not a request for competitive proposals. However, all proposals received within forty five-days (thirty days if award is issued under an existing basic ordering agreement) after date of publication of this synopsis will be considered by the Government. A Determination by the Government not to compete this proposed contract based upon responses to this notice is solely within the discretion of the Government. Information received will normally be considered solely for the purpose of determining whether to conduct a competitive procurement. Specifications, plans, or drawings relating to the procurement described are incomplete or not available and cannot be furnished by the Government. Note: An Ombudsman has been appointed to hear concerns from offerors or potential Offerors during the proposal development phase of this acquisition. The purpose of the Ombudsman is not to diminish the authority of the program director or contracting officer, but to communicate contractor concerns, issues, disagreements, and recommendations to the appropriate government personnel. When requested, the Ombudsman will maintain strict confidentiality as to source of the concern. The Ombudsman does not participate in the evaluation of proposals or in the source selection process. Interested parties are invited to call the Ombudsman at (405) 736-3273. DO NOT CALL THIS NUMBER FOR SOLICITATION REQUESTS. Note: Faxed solicitation requests can be submitted to OC-ALC/PKXDA, Tinker AFB OK 73145-3015, FAX NUMBER (405)739-5411. (0260)

Loren Data Corp. http://www.ld.com (SYN# 0053 19960917\R-0001.SOL)


R - Professional, Administrative and Management Support Services Index Page