|
COMMERCE BUSINESS DAILY ISSUE OF AUGUST 25,1998 PSA#2166U.S. Army Aviation and Missile Command, Acquisition Center, Bldg 4488,
Redstone Arsenal, AL 35898-5280 53 -- NUT, SELF-LOCKING, BA SOL DAAH23-98-Q-0840 DUE 092298 POC Vivian
Fortenberry, Procurement Technician, (256) 955-9262 or Constance
Pippins-Griffin, Contracting Officer, (256) 842-7116 THIS IS A COMBINED
SYNOPSIS/SOLICITATION. NSN: 5310-01-334-1248, IAW P/N: 145SS131-20,
applicable to the CH-47 aircraft. Item 0001, Quantity 324 each, Pron:
AX819395AX. 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, Camp Zama, Japan,
New Cumberland, PA and Stockton, CA. Level of Preservation/Packing:
A/C Packaging -- Items shall be preserved and packaged as coded below
iaw MIL-STD-2073-2C. MPI: 10, CD/II: 1, PM/III: 00, WM/IV: 00, CD/V:
00, CT/VI: 0, UC/VII: A1, IC/VII: EC, LOP/VIII: A, QUP: 001, ICQ: YYY,
OPI/VIIIb: 0. Packing -- 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-C, Table X, Code 99. Required
Delivery without First Article Testing is 240 DAC. Required delivery
with First Article Testing is 330 DAC. 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. This is a Flight
Safety Part. Serial Numbers are required. 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 sources are: Boeing Helicopters, Philadelphia,
PA., Kaynar Tech, Fullerton, CA., Columbia Nut & Bolt Company,
Moonachie, NJ., Shur Lock Corporation, Irvine, CA and SPS Technology,
Jenkintown, PA. 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-E-I-F-S, Redstone Arsenal, AL 35898-5270. This acquisition is
subject to availability of funds. Procurement History: 29 Apr 94, unit
price $164.70, quantity 200 each to Shur-Lok, 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-0840 in your response. Submit quotations no later than
close of business 22 Sep 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.
Posted 08/21/98 (W-SN240107). (0233) Loren Data Corp. http://www.ld.com (SYN# 0255 19980825\53-0002.SOL)
53 - Hardware and Abrasives Index Page
|
|