Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 22, 2007 FBO #2095
SOLICITATION NOTICE

16 -- FEED CHUTES

Notice Date
8/20/2007
 
Notice Type
Solicitation Notice
 
NAICS
336413 — Other Aircraft Parts and Auxiliary Equipment Manufacturing
 
Contracting Office
Other Defense Agencies, U.S. Special Operations Command, Technical Applications Contracting Office (TAKO), ATTN: AMSAM-TASO-K Lee Boulevard, Building 401, Fort Eustis, VA, 23604-5577, UNITED STATES
 
ZIP Code
00000
 
Solicitation Number
Reference-Number-FEEDCHUTES5465154650
 
Response Due
8/30/2007
 
Archive Date
10/15/2007
 
Description
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. Quotes are being requested, and a written solicitation will not be issued. This is issued as a Request for Quote(RFQ). The due date is 30 August 2007 no later than 2:00PMest. Quotes must be submitted via e-mail (shirley.powell@tapo.eustis.army.mil). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-16. The associated NAICS code for this acquisition is 336413 and small business standard of 1000 employees. The United States Special Operations Command (USSOCOM) has a requirement for 42 each PN 54651 (Feed Chute) and 42 each PN 54650 (Feed Chute)for use on AH-6 aircraft. The Government intends to procure these chutes from Nobles Manufacturing, Inc., 1105 East Pine Street, St. Croix, WI 54024. Nobles is the sole manufacturer and is the only known source for the requested chutes since they retain all proprietary data. The chutes shall be delivered to the Lexington, KY TAPO Warehouse. The delivery schedule will be determined prior to award. FOB and Acceptance/Inspection is at origin by a Government quality assurance representative (QAR). The following provisions and clauses are applicable to this procurement: 52.212-1, Instructions to Offerors--Commercial; 52.212-3, Offeror Representations and Certifications--Commercial Items (Offerors are instructed to complete this section and return with their proposal, unless it is available on-line as implemented under ORCA (On-line Representations and Certifications Application)); 52.212-4, Contract Terms and Conditions--Commercial Items; 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders--Commercial Items (specifically, but not limited to ? 52.203-6, 52.219-4, 52.219-8, 52.219-9 (large business), 52.222-21, 52.222-19, 52.222-26, 52.222.35, 52.222-36, 52.222-37, 52,225-13, 52.232-33) ; 252.211.7003, Item Identification and Valuation; 252.212-7000, Offeror Representations and Certifications--Commercial Items; 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Order Applicable to Defense Acquisitions of Commercial Items (specifically, but not limited to ? 252.205-7000, 252.219-7003 (large business), 252.225.7001, 252.25-7012, 252.243-7002, 252.247-7023, and 252-247-7024); and 252.204-7004, Required Central Contractor Registration. The Defense Priorities and Allocations System (DPAS) assigned rating is DO-A1. The point of contact for this acquisition is Shirley Powell, (757) 878-5223, ext. 248.
 
Place of Performance
Address: 1105 East Pine Street, St. Croix, WI
Zip Code: 54024
Country: UNITED STATES
 
Record
SN01378873-W 20070822/070820222058 (fbodaily.com)
 
Source
FedBizOpps Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.