|
COMMERCE BUSINESS DAILY ISSUE OF MAY 15,1998 PSA#2096U.S. Army Aviation and Missile Command, Acquisition Center, Bldg 4488,
Redstone Arsenal, AL 35898-5280 15 -- ROD END ASSEMBLY SOL DAAH23-98-Q-0648 DUE 081598 POC Vivian
Fortenberry, Procurement Technician, (256) 955-9262 or Constance
Pippins-Griffin, Contracting Officer, (256) 842-7116 POC: Vivian
Fortenberry, Procurement Technician, (256) 955-9262 or Constance
Pippins-Griffin, Contracting Officer, (256) 842-7116. NSN:
6220-01-226-7706, IAW P/N: 145E2384-1, applicable to the CH-47
aircraft. THIS IS A COMBINED SYNOPSIS/SOLICITATION. Item 0001, Quantity
118 each, Pron: AX8C0051AX. Inspection and acceptance at ORIGIN,
Inspection requirements: 52.246-2, 52.246-16, 52.146-11, ANSI/ASQC
Q9002 or equivalent. FOB Point: Destination to Texarkana, TX. Level of
Preservation/Packing: A/B Packaging -- Items shall be preserved and
packaged as coded below iaw MIL-STD-2073-2C. MP/I: 2E, CD/II: 1,
PM/III: 00, WM/IV: EA, CD/V: NA, CT/VI: X, UC/VII: ED, IC/VII: 00,
LOP/VII: A, QUP: 001, ICQ: 000, OPIVIIIb: 0. Items preserved and
packaged as above shall be packed IAW MIL-STD-2073-2C, Table IX, Code
F. Marking -- Special markings in accordance with MIL-STD-2073-2C,
Table X, Code 99. Required Delivery with First Article Testing is 240
days after contract award. Required delivery without First Article
Testing is 210 days after award. First Article Test Report due 198 days
after contract award. Certified for National Defense under the Defense
Priority and Allocations System -- Rating -- DOA1 (FAR 52.211-14,
Defense Priority Rating for National Defense Use (Sep 1990)). This
procurement requires prequalification. All responsible sources may
submit a proposal which shall be considered by the agency.
Justification for other than full and open competition is FAR 6.302-1,
Only One Source or Only a Limited Number of Responsible Sources. This
proposed contract action is for supplies for which the Government does
not have specifications and drawings to permit full and open
competition. Approved source is: Luminescent Systems, Inc., East
Aurora, NY. 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 U.S. Army Aviation and Missile command, ATTN:
AMSAM-AR-EI-FS, Redstone Arsenal, AL 35898-5270. This acquisition is
subject to availability of funds. Procurement History: 24 Feb 93, unit
price $242.26, quantity 10 each to Boeing Helicopters. This history
provided has not been screened in any manner to ascertain the actual
the circumstances of the procurement and should not be considered as a
reliable indicator of an appropriate price level for this
solicitation. This announcement constitutes the only solicitation
document; quotations are being requested and a written solicitation
will not be issued. Cite Request for Quotation (RFQ) No.
DAAH23-98-Q-0646 in your response. Submit quotations no later than
close of business 15 Jun 98. 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 Incorporated
by Reference (Jun 1988) and FAR 52.242-1, Clauses Incorporated by
Reference (Jun 1988) -- This solicitation 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 (Provide the Electronic Funds Transfer information to the
paying office after award -- do not include in our quotation). 6.
Taxpayer Identification (TIN) per FAR 52.204-3, Taxpayer Identification
(Mar 1994). 7. Commercial and Government Entity (CAGE) code per DFARS
252.204-7001, Commercial and Government Entity (CAGE) Code Reporting
(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 52.211-6, Material
Requirements (Oct 1997) if applicable. 10. FAR 52.219-1, Small
Business Program Representations (Oct 1995). The standard industrial
classification (SIC) code is 3728. 11. FAR 52.222-19, Walsh-Healey
Public Contracts Representation (Apr 1984). 13. FAR 52.222-22, Previous
Contracts and Compliance Reports (Apr 1984). 14. FAR 52.222-25,
Affirmative Action Compliance (Apr 1984). 15. DFARS 252-225-7035, Buy
American Act -- North American Free Trade Agreement Implementation Act
-- Balance of Payments Program Certificate (May 1995). 16. DFARS
252-219-7000, Small Disadvantaged Business Concern Representation (DOD
Contracts) (Apr 1994). Quotes may be submitted in contractor format.
(0133) Loren Data Corp. http://www.ld.com (SYN# 0155 19980515\15-0004.SOL)
15 - Aircraft and Airframe Structural Components Index Page
|
|