|
COMMERCE BUSINESS DAILY ISSUE OF FEBRUARY 2,1999 PSA#2274U.S. Army Aviation and Missile Command, Acquisition Center, Bldg 4488,
Redstone Arsenal, AL 35898-5280 58 -- PANEL INDICATOR SOL DAAH23-99-Q0442 DUE 030199 POC Name:Peggy
Elkins:phone:256-955-9264:e-mail:elkins-pj@redstone.army.mil.:office:A
MSAM-AC-AL-C:fax:256-955-8582 THIS IS A COMBINED
SYNOPSIS/SOLICITATION:PRON:AX9F0078AX:NSN:5895-01-254-7804,NOUN:Panel,
Indicator:SIC CODE:3823:SOLICITATION NUMBER:DAAH23-99-Q-0442:CLOSING
DATE:01 Mar 99. This item is sole source to the Original Equipment
Manufacturer (OEM), Canadian Commercial Corp. This announcement
constitutes the only solicitation document, quotations are being
requested and a formal solicitation will not be issued. Quotes may be
faxed to the buyer shown above at (256)955-8582. Contractor must be an
approved source for this item to be considered for award. Approved
source is Canadian Commercial Corp., Item 0001AA, 24 ea, P/N:
622-601137-000, applicable to the UH-60 Aircraft, Inspection and
acceptance at Origin, Inspection requirements: 52.246-2, 52.246-16,
52.246-11, ANSI/ASQC Q9002 (ISO 9002) or equivalent. FOB Point: Origin
with deliveries to New Cumberland, PA. The required delivery date is
150 days after receipt of order. Level of Preservation/Packing: A/B
Packaging -- Items shall be packaged per the following codes -- refer
to MIL-STD-2073-2 for code guidance only. MP/I: 10, CD/II: Q, PM/III:
00, WM/IC: EA, CD/V: BG, CT/VI: B, UC/VII: ED, IC/VII: 00, LOP: A, QUP:
001, ICQ: 000, OPI/VIIIb: 0. Packing -- Items packaged as above shall
be packed code F. Items preserved and packaged as above shall be packed
IAW MIL-STD-2073-2C, TABLE IX. Refer to MIL-STD-2073-2, Table IX for
code guidance only. Marking of shipments -- Special Markings In
Accordance with MIL-STD-2073-2C, TABLE X, CODE(S) 99. Justification for
other than full and open competition is FAR 6.302-1, Only One Source or
Only a Limited Number of Responsible Source. The rights to use the data
needed to purchase this part from additional source(s) are not owned by
the Government and cannot be purchased, developed, or otherwise
obtained. 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, AMSAM-AR-EI-FS/Ramon Campos, 256-313-4909, Bldg 5687,
Redstone Arsenal, AL 35898-5280, web site information on SAR:
http://www.redstone.army.mil/cmo/. This acquisition is subject to
availability of funds. Procurement History: Award Date, 95 Sep 15,
Quantity: 150 ea., $1,277.30 ea., Contractor: Canadian Commercial Corp.
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. Cite Request for Quotation (RFQ) No. in your response.
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 origin. 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)
Reporting DFARS 255.204-7001 (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). 11. FAR 52.222-22, Previous Contracts and Compliance
Reports (Apr 1984). 12. FAR 52.222-25, Affirmative Action Compliance
(Apr 1984). 13. DFARS 252.225-7000, Buy American Act -- Balance of
Payment Program Certificate. 14. DFARS 252219-7000, Small Disadvantaged
Business Concern Representation (DoD Contracts) (Apr 1994). Quotes may
be submitted in contractor format. See Numbered Notes 22 and 26.
Posted 01/29/99 (W-SN292684). (0029) Loren Data Corp. http://www.ld.com (SYN# 0190 19990202\58-0009.SOL)
58 - Communication, Detection and Coherent Radiation Equipment Index Page
|
|