|
COMMERCE BUSINESS DAILY ISSUE OF APRIL 22,1998 PSA#2079U.S. Army Aviation and Missile Command, Acquisition Center, Bldg 4488,
Redstone Arsenal, AL 35898-5280 49 -- MAINTENANCE KIT SOL DAAH23-98-Q-0536 DUE 052098 POC Peggy
Elkins, Purchasing Agent, 256-955-9263, or Daniel J. Fuller,
Contracting Officer, 256-955-9258 THIS IS A COMBINED
SYNOPSIS/SOLICITATION. SOLICATION NUMBER: DAAH09-98-0536, NOUN:
Maintenance, Kit, Air, PRON: AX8F0132AX, NSN: 4920-01-348-8031, CLOSING
DATE: 20 May 98, SIC CODE: 3599/500, email, elkins-pj@
redstone.army.mil. This item is sole source to the Original Equipment
Manufacturer (OEM), Chadwick-Helmuth. This announcement constitutes the
only solicitation document, quotations are being requested and a formal
solicitation will not be issued. Quotes may be faxed to the buyer shown
above at (205)955-8582. Contractor must be an approved source for this
item to be considered for award. Item 0001AA, 20 ea, P/N: 11515-1,
applicable to the UH-60 Aircraft, Inspection and acceptance at Origin,
Inspection requirements: 52.246-2, 52.246-16, 52.246-11, ANSI/ASQC
Q9002 (ISO 9002) or equivalent. FOB Point: Destination with deliveries
to Texarkana, TX. The required delivery date is 120 days after receipt
of order. Level of Preservation/Packing: C/C Packaging -- Items shall
be packaged per the following codes -- refer to MIL-STD-2073-2 for code
guidance only. MP/I: N/A, CD/II: N/A, PM/III: N/A, WM/IC: N/A, CD/V:
N/A, CT/VI: N/A, UC/VII: N/A, IC/VII: N/A, LOP: N/A, QUP: N/A, ICQ:
N/A, OPI/VIIIb: N/A. Packing -- Items packaged as above shall be packed
for delivery IAW ASTM D 3951-95. Items preserved and packaged as above
shall be packed IAW MIL-STD-2073-2C, TABLE IX. Refer to
MIL-STD-2073-2, Table IX for code guidance only. Marking of shipments
-- The contractor shall mark all shipments under this contract in
accordance with ASTM D 3951-95, paragraph 5.l.6.3, "Government Marking
Requirements". Justification for other than full and open competition
is FAR 6.302-1, Only One Source or Only a Limited Number of
Responsible Source. The Government does not have adequate data, lacks
rights to data, or both needed to purchase this part from additional
sources. All responsible sources may submit an offer which will be
considered. The time required for approval of new supplies is such that
award and delivery cannot be delayed pending approval of a new source.
Firms are encouraged to seek source approval in order to compete for
future solicitations by submitting a source approval request (SAR)
package to AMCOM, AMSAM-AR-E-I-F-S/Lee Smith, 205-313-4914, Bldg 5681,
Redstone Arsenal, AL 35898-5280. This acquisition is subject to
availability of funds. Procurement History: Award Date, 97 Nov 19,
Quantity: 25 kt., $2,095.60 ea., Contractor: Chadwick-Helmuth. The
history provided has not been screened in any manner to ascertain the
actual circumstances of a procurement and should not be considered as
a reliable indicator of an appropriate price level for this
solicitation. Cite Request for Quotation (RFQ) No. in your response.
Any award resulting from this RFQ will be issued on DD Form 1155 and
will contain all clauses required by Law, the Federal Acquisition
Regulation (FAR), and the Defense Federal Acquisition Regulation
Supplement (DFARS) as appropriate for the dollar value of the award.
FAR 52.252-1, Solicitation Provisions Incoporated by Reference (Jun
1988) and FAR 52.252-2, Clauses Incorporated by Reference (Jun 1988) --
This solictation incorporates one or more solicitation
provisions/clauses by reference, with the same force and effect as if
they were given in full text. Upon request, the contracting officer
will make their full text available. Quotations shall provide the
following information, representations, and certifications: 1. FOB
point if other than destination. 2. Quotation is firm for 90 days
unless otherwise stated. 3. Furnish vendors part number(s) if other
than listed with each item. 4. Point(s) of shipment, performance,
preservation, packaging, and marking. 5. Remittance address. 6.
Taxpayer Identification Number (TIN) per FAR 52.204-3, Taxpayer
Identification (Mar 1994). 7. Commercial and Government Entity (CAGE)
Reporting DFARS 255.204-7001 (Dec 1991). 8. Offeror's recommended
economic purchase quantity, Unit Price, Total amount per FAR 52.207-4,
Economic Purchase Quantity -- Supplies (Aug 1987). 9. Information
required by FAR 52.211-5, Material Requirements (Oct 1997) if
applicable. 10. FAR 52.219-1, Small Business Program Representations
(Oct 1995). 11. FAR 52.222-22, Previous Contracts and Compliance
Reports (Apr 1984). 12. FAR 52.222-25, Affirmative Action Compliance
(Apr 1984). 13. DFARS 252.225-7000, Buy American Act -- Balance of
Payment Program Certificate. 14. DFARS 252219-7000, Small Disadvantaged
Business Concern Reprsentation (DoD Contracts) (Apr 1994). Quotes may
be submitted in contractor format. See Numbered Notes 22 and 26.
(0110) Loren Data Corp. http://www.ld.com (SYN# 0213 19980422\49-0004.SOL)
49 - Maintenance Repair Shop Equipment Index Page
|
|