|
COMMERCE BUSINESS DAILY ISSUE OF JANUARY 25,1999 PSA#2268U.S. Army Aviation and Missile Command, Acquisition Center, Bldg 4488,
Redstone Arsenal, AL 35898-5280 28 -- VANE ASSEMBLY, COMPR SOL DAAH23-99-Q-0367 DUE 022299 POC Vivian
Fortenberry, Procurement Technician, (256) 955-9247 or Carla R. Bean,
Contracting Officer, (256) 955-9190 THIS IS A COMBINED
SYNOPSIS/SOLICITATION. NSN: 2840-00-925-9834, IAW P/N: 1-101-120-03,
applicable to the UH-1 and T53 engine. Item 0001, Quantity 148 each.
Pron: AX819579AX. Inspection and acceptance at ORIGIN, Inspection
requirements: 52.246-2, 52-246-16, 52.146-ll, ANSI/ASQC Q9002 or
equivalent. FOB Point: Destination to Texarkana, TX, New Cumberland, PA
and Stockton, CA. Level of Preservation/Packing: A/B Packaging -- Items
shall be preserved and packaged as coded below iaw MIL-STD-2073-2C.
MP/I: 10, CD/II: 1, PM/III: 00, WM/IV: EA, CD/V: BG, CT/VI: X, UC/VII:
ED, IC/VII: 00, LOP/VIII: A, QUP: 001, ICQ: 000, OPI/VIIIb: 0. Packing
-- Items preserved and packaged as above shall be packed iaw
MIL-STD-2073-2C, Table 1X, Code Q. Marking -- Special Marking in
accordance with MIL-STD-2073-2C, Table X, Code 99. Required Delivery
without First Article testing is 520 DAC. Required delivery with First
Article Testing is 542 DAC. First Article Test Report is due 508 DAC.
Certified for National Defenseunder 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. 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:
Twigg Corporation, Martinsville, IN and Allied Signal, Lynn, MA. 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: 10 Feb 92, unit price
$368.10, quantity 3 each to Chromalloy Compressor Technologies. This
history provided has not been screened in any manner to ascertain the
actual 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.
DAAH23-99-Q-0367 in your response. Submit quotations no later than
close of business 22 Feb 99. Any award resulting from this RFQ will not
be issed 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 economicpurchase 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-l, Small
Business Program Representations (Oct 1995). The standard industrial
classification (SIC) code is 3724. 11. FAR 52.222-19, Walsh-Healey
Public Contracts Representation (Apr 1984). 12. FAR 52.222-22, Previous
Contracts and Compliance Reports (Apr 1984). 13. FAR 52.222-25,
Affirmative Action Compliance (Apr 1984). 14. FAR 52.225-3, Buy
American Act -- Supplies (Jan 94). 15. DFARS 252-219-7000, Small
Disadvantaged Business Concern Representation (DOD Contracts) (Apr
1994). 16. 52.246-4003, Terminology/Calibration. Quotes may be
submitted in contractor format. Posted 01/21/99 (W-SN289926). (0021) Loren Data Corp. http://www.ld.com (SYN# 0177 19990125\28-0011.SOL)
28 - Engines, Turbines and Components Index Page
|
|