|
COMMERCE BUSINESS DAILY ISSUE OF MAY 26,1998 PSA#2102U.S. Army Aviation and Missile Command, Acquisition Center, Bldg 4488,
Redstone Arsenal, AL 35898-5280 31 -- BEARING PLAIN ROD E SOL DAAH23-98-Q-0601 DUE 062398 POC Karen
Jean Jones, Purchasing Agent, 205-955-9266 or Constance
Pippins-Griffin, Contracting Officer, 205-842-7116 NSN:
3120-00-834-1507, IAW P/N: 114CS118-2, applicable to the CH-47D
aircraft. THIS IS A COMBINED SYNOPSIS/SOLICITATION. Item 0001, Quantity
464 each, Pron: AX819319AX. Inspection and acceptance at ORIGIN,
Inspection requirements: 52.246-2, 52.246-11, 52.246-4003, ANSI/ASQC
Q9002 or equivalent. FOB Point: Destination to Texarkana, TX and
Stockton, CA. Level of Preservation/Packing: A/C Packaging -- Items
shall be preserved and packaged as coded below IAW MIL-STD-2073-2.
MP/I: 2E, CD/II: I, PM/III: 00, WM/IV: 00, CD/V: 00, CT/VI: 0, UC/VII:
BV, IC/VII: D3, LOP/VII: A, QUP: 001, ICQ: YYY, OPIVIIIb: 0. Items
preserved and packaged as above shall be packed IAW MIL-STD-2073-2C,
Table IX, Code U. Marking -- Special markings in accordance with
MIL-STD-2073-2C, Table X, Code 99. Delivery 150 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 ITEM IS A FLIGHT
SAFETY PART, QUALIFICATION REQUIRED, AND FATIGUE TESTING REQUIRED.
SERIAL NUMBERS REQUIRED IN ACCORDANCE WITH CONTRACT DATA REQUIREMENTS
LIST, DD FORM 1423. 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: Boeing Defense & Space Group,
Helicopter Division, P. O. Box 16858, Philadelphia, PA 19142-0858 and
RBC Transport Dynamics Corp., 3131 Segerstrom Ave., P. O. Box 1953,
Santa Ana, CA 92702-1953. 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-RD-SE-IO-TL, Redstone Arsenal, AL 35898-5270. This
acquisition is subject to availability of funds. Procurement History:
12 Aug 94, unit price $62.47, quantity 351 each to RBC Transport
Dynamics Corp. 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-0601 in your response. Submit quotations no later
than close of business 23 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 52.211-5, 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 52.222-22, Previous
Contracts and Compliance Reports (Apr 1984). 12. FAR 52.222-25,
Affirmative Action Compliance (Apr 1984). 13. DFARS 252-225-7035, Buy
American Act -- North American Free Trade Agreement Implementation Act
-- Balance of Payments Program Certificate (May 1995). 14. DFARS
252-219-7000, Small Disadvantaged Business Concern Representation (DOD
Contracts) (Apr 1994). Quotes may be submitted in contractor format.
(0141) Loren Data Corp. http://www.ld.com (SYN# 0260 19980526\31-0001.SOL)
31 - Bearings Index Page
|
|