|
COMMERCE BUSINESS DAILY ISSUE OF AUGUST 10,1998 PSA#2155U.S. Army Aviation and Missile Command, Acquisition Center, Bldg 4488,
Redstone Arsenal, AL 35898-5280 31 -- BEARING, ROLLER, CYLI. SOL DAAH23-98-Q-0856 DUE 091598 POC
Vickey Campbell, Contract Specialist, phone (256) 842-7062, fax (256)
842-7277; Constance Pippins-Griffin, Contracting Officer, phone (256)
842-7116 THIS IS A COMBINED SYNOPSIS/SOLICITATION NUMBER:
DAAH23-98-Q-0856, NOUN: 3110-01-202-4072, PRON: AX819428AX, CLOSING
DATE: 15 SEPTEMBER 1998, SIC CODE: 3562, E-Mail:
campbell-vd@redstone.army.mil. This is restricted to Split Ballbearing
of Lebanon, NH; MRC Bearings of Jamestown, NY; and Boeing Defense and
Space Group, Helicopter Division of Philadelphia, PA. Item No. 0001AA,
39 each, P/N: 114DS664, applicable to the CH-47 Aircraft. Inspection
and acceptance at Origin. Inspection requirements: 52.246-2, 52.246-11
(ISO 9002 or equivalent), Selection/Terminology/Calibration: ISO 8402
(Terminology), and ANSI/NCSL Z540-1-1994 or ISO 10012-1-1992
(Calibration) (USAATCOM 52.246-4002), QE-STD-1 (Flight Safety Parts
Quality Systems Requirements). FOB Point: Destination with deliveries
to Texarkana, TX. The required delivery date is 120 days after receipt
of order. Level of Preservation/Packing: A/B. PRESERVATION AND
PACKAGING: Items shall be preserved and packaged as coded below IAW
MIL-STD-2073-2C, -- —- MP/I: ZZ, CD/II: 1, PM/III: 09, WM/IV: JA,
CD/V: NA, CT/VI: X, UC/VII: ED, IC/VII: 00, LOP/VIII: A, QUP: 001, ICQ:
000, OPI/VIIIb: 0. Other: MIL-B-197. PACKAGING -- 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. The Army Maintenance Management System (TAMMS) and
Serial Number Assignment Program (SNAP) apply to this solicitation.
This acquisition is subject to availability of funds. Procurement
History: Award Date: 96 Jun 14, Quantity: 27 ea., $2,648.11 ea.,
Contractor: Boeing Helicopters -- -- Award Date: 86 Mar 28, Quantity:
277 ea., $1,255.45 ea., Contractor: Boeing Helicopters. 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.
This announcement constitutes the only solicitation document;
quotationsare being requested and a formal solicitation will not be
issued. Cite Request for Quotation (RFQ) No. in your response. Submit
quotations no later than close of business 15 September 1998. 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
52.252-2, 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. 6. Taxpayer Identification Number (TIN)
per FAR 52.204-3, Taxpayer Identification (Mar 1994). 7. 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 3562. The small business size standard is 750 employees.
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). The principle medium
which the Government will use for technical data transmittal during
this procurement is the 4.75 inch diameter compact disk with embedded
reader software. Windows 95 or Windows NT operating environment and a
CD Reader are required. Quotations may be submitted in contractor
format. See Number Notes 23 and 26. 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 part must be acquired from a
manufacturing source(s) specified on a source control or selected item
drawing as defined by the current version of DoD-STD-100. Item is a
flight safety part which requires engineering testing. 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, ATTN: AMSAM-AR-E-I-F-S/Ramon Campos, (256) 313-4909, Bldg. 5681,
Redstone Arsenal, AL 35898-5280. Posted 08/06/98 (W-SN233462). (0218) Loren Data Corp. http://www.ld.com (SYN# 0282 19980810\31-0001.SOL)
31 - Bearings Index Page
|
|