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