SOLICITATION NOTICE
47 -- TUBE ASSEMBLY, METAL
- Notice Date
- 12/8/2003
- Notice Type
- Solicitation Notice
- Contracting Office
- US Army Aviation and Missile Command DAAH23, ATTN: AMSAM-AC, Building 5303, Martin Road, Redstone Arsenal, AL 35898-5280
- ZIP Code
- 35898-5280
- Solicitation Number
- W58RGZ-04-T-0258
- Response Due
- 1/5/2004
- Archive Date
- 3/5/2004
- Point of Contact
- CORA COLLINS, 256 955-9296
- E-Mail Address
-
US Army Aviation and Missile Command DAAH23
(cora.collins@redstone.army.mil)
- Small Business Set-Aside
- N/A
- Description
- NA ****ATTENTION****FORMAL COMMUNICATION RELATED TO THIS ACQUISITION SHOULD BE DIRECTED TO LA VERNE ASKEW, CONTRACTING OFFICER. YOU MAY FAX OR MAIL YOUR REQUEST, ATTN: AMSAM-AC-LS-T, LA VERNE ASKEW, CONTRACTING OFFICER, FAX 256 842-6108. NO TELEPHONE REQUE ST WILL BE ACCEPTED. NOUN: TUBE ASSEMBLY, METAL, NSN: 4710-01-491-2860, P/N: 23065569, QTY: 101 each applicable to the OH-58D Aircraft. Approved source(s) are Rolls-Royce Corp., 2001 South Tibbs Ave., Speed Code U-28, Indianapolis, IN 46241-4812 (CAG E 63005) and Aviall Services, Inc., 2750 Regent Blvd., Dallas, TX 75261-9048 (CAGE 22810). F.O.B. Origin. Required delivery is 101 each, 120 DACA. Class Code: 47 Subject: TUBE ASSEMBLY, METAL - - Direct your requests and communication to: ATTN: AMSAM-AC-LS-T, LaVerne Askew, Contracting Officer, via email laverne.askew@redstone.army.mil or FAX number 256-842-6108. No telephone requests will be accepted. Solicitation Number: W58RGZ-04-T-0258 Set Aside Code: N/A Response Date: 12/29/2003 THIS IS A COMBINED SYNOPSIS/SOLICITATION for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are b eing requested and a written solicitation will not be issued. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2001-16. The Procurement Request Order Number (PRON) AX4Q0091AX is be ing issued as a request for quotation under solicitation number W58RGZ-04-T-0258. Unit of measure is each. The NSN is 4710-01-491-2860, P/N: 23065569. This is applicable to the OH-58D Engine. Spec/Std controlling data, Manufacturers Code: 63005. Mfr source controlling reference: 23065569. Quantity is 101 each. FOB is at Source. The consignee for 101 each is DEF Dist Depot Red River, Receiving Bldg. 499, 10th Street & K Avenue, Texarkana, TX 75507-5000. Required delivery is 101 each, 120 Days After Contract Award (DACA). Inspection and acceptance is at Origin. Offerors are encouraged to provide earlier delivery at no additional cost to the Government. Packaging requirements are: Quantity Unit Package (QUP) [001]. MIL-STD-129 markings shall apply . Serial number parts shall require MIL-STD-129 serial number markings. Level of Preservation (LOP) is COMMERCIAL/LPK-COMMERCIAL IN ACCORDANCE WITH ASTM D 3951. The following clauses are incorporated into this synopsis/solicitation: FAR 52.246-11, Highe r-Level Contract Quality Requirement (Feb 1999). Insert in FAR 52.246-11, [the Contractor shall comply with ISO 9002 or equivalent]. FAR 52.246-l6, Responsibility for Supplies (Apr 1984). AMCOM Regulation 52.246-4003, Terminology/Calibration (USAAMCOM) (Aug 1996). Full text for clause 52.246-4003 reads: (a) Terminology. Terminology shall be as defined by International Organization for Standardization (ISO) 8402, Quality Management and Quality Assurance - Vocabulary. (b) Calibration. (Applicable if a m ilitary or a commercial quality system is selected for use.) The calibration of Test, Measurement and Diagnostic Equipment shall be in accordance with American National Standards Institute/National Conference of Standards Laboratories (ANSI/NCSL) Z540-1-1 994 (General Requirements for Calibration Laboratories and Measuring and Test Equipment) or ISO 10012-1:1992 (Quality Assurance Requirements for Measuring Equipment). (End of clause) FAR 52.211-14, Defense Priority Rating for National Defense Use (Sep 19 90): certified for national defense under the Defense Priority and Allocations System (DPAS) (15 CFR 700) as DOA1. FAR 52.212-1, Instructions to Offerors-Commercial Items (Oct 2003). Within FAR 52.212-1(c), the number [30] is changed to read [90]. FAR 5 2.212-3, Offeror Representations and Certifications-Commercial Items (June 2003). The North American Industry Classification System (NAICS) code is 331421 and number of em ployees is 750. FAR 52.212-4, Contract Terms and Conditions-Commercial Items (Oct 2003). FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (Oct 2003). The appropriate clauses under paragraph (b) of FAR 52.212-5 are as follows: FAR 52.203-6, Restrictions on Subcontractor Sales to the Government (Jul 1995), with Alternate I (Oct 1995)(41 U.S.C. 253g and 10 U.S.C. 2402); FAR 52.222-21, Prohibition of Segregated Facilities (Feb 1999); FAR 52.222- 26, Equal Opportunity (Apr 2002)(E.O. 11246); FAR 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Dec 2001)(38 U.S.C. 4212); FAR 52.222-36, Affirmative Action for Workers with Disabiliti es (Jun 1998)(29 U.S.C. 793); FAR 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Dec 2001)(38 U.S.C. 4212); FAR 52.225-13, Restriction on Certain Foreign Purchases (June 2003)(E.O. 1272 2, 12724, 13059, 13067, 13121, and 13129); and FAR 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration (Oct 2003)(31 U.S.C. 3332). DFARS 252.204-7004, Required Central Contractor Registration (Nov 2001). DFARS 252.212-7000, Of feror Representations and Certifications-Commercial Items (Nov 1995). DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items (Oct 2003). The appropriate clauses of DFARS 252.212-7001(a) and (b) are: (a): FAR 52.203-3, Gratuities (Apr 1984) (10 U.S.C. 2207), (b): DFARS 252.205-7000, Provision of Information to Cooperative Agreement Holders (Dec 1991) (10 U.S.C. 2416); FAR 252.219-7003, Small, Small Disadvan taged and Women-Owned Small Business Subcontracting Plan (DoD Contracts) (Apr 1996) (15 U.S.C. 637); FAR 252.225-7001, Buy American Act and Balance of Payments Program (Apr 2003) (41 U.S.C. 10a-10d, E.O. 10582. FAR 52.233-4000, AMC-Level Protest Program ( Oct 1996), which reads in full text, [If you have complaints about this procurement, it is preferable that you first attempt to resolve those concerns with the responsible Contracting Officer. However, you can also protest to Headquarters, Army Materiel Co mmand (AMC). The HQ, AMC-Level Protest Program is intended to encourage interested parties to seek resolution of their concerns within AMC as an Alternative Dispute Resolution forum, rather than filing a protest with the General Accounting Office (GAO) or other external forum. Contract award or performance is suspended during the protest to the same extent, and within the same time periods, as if filed at the GAO. The AMC Protest decision goal is to resolve protests within 20 working days from filing. To be timely, protests must be filed within the periods specified in FAR 33.103. Send protests (other than protests to the Contracting Officer) to: Headquarters, Army Materiel Command, Office of Command Counsel, ATTN: AMCCC-PL, 5001 Eisenhower Avenue, Alexandri a, VA 22333-0001, Facsimile number (703) 617-4999/5680, Voice Number (703) 617-8176, The AMC-level protest procedures are found at: http:(insert 2 forward slashes) www.amc.army.mil/amc/command-counsel/protest/protest.html (The double forward slashes consti tute a print processing command, hence cannot be shown above. Please insert when accessing the website.) If Internet access is not available, contact the Contracting Officer or HQ, AMC to obtain the AMC-Level Protest Procedures. (End of Provision)], FAR 5 2.252-1, Solicitation Provisions Incorporated by Reference (Feb 1998). FAR 52.252-2, Clauses Incorporated by Reference (Feb 1998). FAR 52.207-4, Economic Purchase Quantity-Supplies (Aug 1987). Justification for other than full and open competition is FA R 6.302-1, Only One Responsible Source and No Other Supplies or Services Will Satisfy Agency Requirements. This part is a commercial/non-developmental/off-the- shelf item. As such, it is now governed by the Federal Aviation Administration (FAA) rules. This procurement action is restricted to the approved sources that are currently approved by the FAA: Rolls-Royce Corporation, Cage Code 63005 and Aviall Services, Inc., Cage Code 22819. Business firms that recognize and can produce the required item described above are encouraged to identify themselves. Business firms are encouraged to seek source approval in order to compete for future solicitations by accessing the website www.redstone.army.mil/cmo/ and looking under SAR information. Responsible sources may submit an offer, which shall be considered by the Agency. The most recent representative unit price and quantity relative to this acquisition is Contract N umber DAAH23-03-P-0317, award date March13, 2003, unit price $622.90, quantity 95 each to Availl Services, Inc. Cage Code 22819. The Government provides this price history without assuming the responsibility for any resulting conclusions or interpretation s that may be made. The price history is provided for informational purposes only and should not be relied upon as a basis for offer/bid. Any award resulting from this RFP will be issued on SF Form 1449 and will contain all clauses required by Law, the F ederal Acquisition Regulation (FAR), and the Defense Federal Acquisition Regulation Supplement (DFARS) as appropriate for the dollar value of the award. Any FAR/Regulation incorporated within this synopsis/solicitation where the offeror is required to pro vide a response shall be responded to by the offeror in their proposal; cite the FAR/Regulation number and provide the response. In addition, proposals shall provide the following information: 1. FOB point. 2. Furnish vendors part number(s) if other th an listed with each item. 3. Point(s) of shipment, performance, preservation, packaging and marking. Proposals may be submitted in contractor format. Adequate technical data is not available for this acquisition. This part is a commercial/nondevelopme ntal/off-the-shelf item. Commercial item descriptions, commercial vendor catalog or price lists or commercial manuals assigned a technical manual number apply. Foreign firms are reminded that all requests for solicitation must be processed through their respective embassies. All offerors must meet prequalification requirements in order to be eligible for award. All responsible sources may submit an offer, which shall be considered by the agency. Firms that recognize and can produce the required item de scribed above are encouraged to identify themselves. Firms are encouraged to seek source approval in order to compete for future solicitation by accessing the website www.redstone.army.mil/cmo/ and looking under Qualification Procedures for Aviation Requi rements. The closing date annotated is an estimated date and may be adjusted dependent upon the date of release for solicitation, however, the solicitation will not close prior to the date stated above. No telephone request will be accepted. Proposals s hould be submitted to Commander, U.S. Army Aviation and Missile Command, Acquisition Center, Redstone Arsenal, AL 35898-5280, AMSAM-AC-LS-T, LaVerne Askew, Contracting Officer, FAX number (256) 842-6108. Reference, RFQ W58RGZ-04-T-0258. See Note 23
- Web Link
-
Link to FedBizOpps document.
(http://www.eps.gov/spg/USA/USAMC/DAAH23/W58RGZ-04-T-0258/listing.html)
- Place of Performance
- Address: US Army Aviation and Missile Command DAAH23 ATTN: AMSAM-AC, Building 5303, Martin Road Redstone Arsenal AL
- Zip Code: 35898-5280
- Country: US
- Zip Code: 35898-5280
- Record
- SN00483437-F 20031210/031208212925 (fbodaily.com)
- Source
-
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |