COMMERCE BUSINESS DAILY ISSUE OF FEBRUARY 9, 2001 PSA #2785
SOLICITATIONS
J -- OVERHAUL AND REPAIR OF STARTER/GERERATOR SETS MCDONNELL DOUGLAS HELICOPTERS, INC. PART NUMBER 369D28550
- Notice Date
- February 7, 2001
- Contracting Office
- U.S. Special Operations Command, Attn: AMSAM-AR-Z-A-K, Bldg 401, Lee Blvd., Fort Eustis, VA 23604-5577
- ZIP Code
- 23604-5577
- Solicitation Number
- USZA95-01-Q-0020
- Response Due
- February 15, 2001
- Point of Contact
- Robert S. Blaine, Phone 757-878-5223 x245, fax 757-878-4199
- E-Mail Address
- Click here to contact the contract specialist (bblaine@tapo.eustis.army.mil)
- Description
- J -- This is a combined synopsis/solicitation for a commercial/non developmental item 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. Quotations are being requested and a written solicitation will not be issued. This solicitation is issued as a Request for Quotation (RFQ). The solicitation number is USZA95-01-Q-0020. This solicitation document and incorporated provisions and clauses are those in effect through the 2001 Federal Acquisition Regulation FAC 97-22. The Standard Industrial Classification (SIC) code is 3728, the North American Industrial Classification System (NAICS) code is 336411 . The Business Size Standard is 1000 employees. The items to be quoted are: CLIN 0001AA: Overhaul of 24 ea. starter generator sets for MD-500 series aircraft Part Number 369D28550, Qty. 24 each,see list at bottom of description, Firm Fixed Price. CLIN 0002AA: Over and above, For repair of damaged units(for the damage identified at the bottom tof this announcement and for damage discovered during overhaul or repair), The offeror shall identify a labor hour rate and the discount from the OEM parts catalog, identify OEM catalog. This is a Time and Material CLIN. Delivery: 25 days ARO, FOB Origin, Inspection and Acceptance Origin, partial shipments and accelerated delivery authorized. Packing/Packaging shall be best commercial practice as provided by FAR 52.247-30. The contract shall be a Firm Fixed Price type contract. Proposal should identify: the offerors name, place of manufacture. Clauses and Provisions: The provision at 52.212-1, Instruction to Offerors -- Commercial Items, applies to this acquisition and No addenda apply. The provision at 52.212-2, Evaluation -- Commercial Items applies to this acquisition with the blanks filled in as follows: Firm Fixed Price, Technically Acceptable Offer providing the Best Value to the Government. Technical acceptability will be based upon comparison of an offered product to the specification identified in this solicitation. Only technically acceptable offers will be considered for award. Best value will be evaluated in accordance with the following evaluation plan.: Price is more important than past performance. The Government reserves the right to award to other than the lowest priced offeror. Best Value Decision: The Government shall make a best value decision in accordance with Federal Acquisition Regulations and the criteria specified herein. Offers shall include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications -- Commercial Items, with the offer. The clause 52.212-4, Contract Terms and Conditions -- Commercial Items, applies to this acquisition with the following addendum: All data and material to be shipped under this contract shall be packaged and packed to conform with carrier requirements per FAR clause 52.247-30, F.O.B. Origin, incorporated by reference into this contract. The information on the outside of the package shall clearly state the shipping address, contract number, device number, and any other "MARK FOR" information required (see MIL-STD-129 for guidance) for easy identification without opening the package. The interior of the package will be marked with the same information. The following clause applies to the contractors commercially developed technical data: 252.227-7015 Technical Data -- Commercial Items. (NOV 1995). The clause at 52.212-5, Contract terms and Conditions Required To Implement Statutes or Executive Orders -- Commercial Items applies to this acquisition to include 52.203-6 "Restrictions on Subcontractor Sales to the Government, with Alternate 1"; 52.203-10 "Price or Fee Adjustment for Illegal or Improper Activity"; 52.216-18, "Ordering"; 52.216-19, "Ordering Limitations"; 52.216-22, "Indefinite Quantity"; 52.215-5, "Facsimile Proposals"; 52.219-8 "Utilization of Small Business Concerns and Small Disadvantaged Business Concerns"; 52.222-26 "Equal Opportunity"; 52.222-35 "Affirmative Action. For Handicapped Workers"; 52.222-36 "Affirmative Action for Handicapped Workers"; 52.222-37 "Employment Reports on Special Disabled Veterans and Veterans of the Vietnam Era"; and 52.247-64 "Preference for Privately Owned U.S. Flag Commercial Vessels". In addition to the foregoing FAR provisions, the following DFARS provisions are applicable: 252.225-7006 "Buy American Act Trade Agreements Balance of Payments Program Certificate"; 252.212-7000 "Offeror Representations and Certifications Commercial Items" (Note a completed copy must be returned with your offer); 252.212-7001 "Contract Terms and Conditions Required to Implement Statutes Applicable to Defense Acquisitions for Commercial Items" the following particular provisions cited within 252.212-7001 apply to this acquisition: 252.205-7000 "Provision of Information to Cooperative Agreement Holders"; 252.219-7003 "Small Business and Small Disadvantaged Business Subcontracting Plan"; 252.219-7006 "Notice of Evaluation Preference for Domestic Specialty metals"; 252.225-7001 "Buy American Act and Balance of Payment Program"; 252.225-7007 "Trade Agreements"; 252.225-7012 "Preference for Certain Domestic Commodities"; and, 252.225-7014 "Preference for Domestic Specialty Metals." Proposals must be delivered to U.S. Special Operations Command, Technology Applications Contracting Office, AMSAM-TASO-K (ATTN: Robert S. Blaine), Building 401, Lee Blvd., Ft. Eustis, VA 23604-5577, telephone (757) 878-5223 x245 not later than 3:00 p.m. local time 11 September 2000. The submission of proposals is subject to FAR 52.215-10 "Late Submissions, Modifications,and Withdrawals of Proposals." The Facsimile number is (757) 878-4199. E-mail and Facsimile proposals are authorized. EMAILADD: bblaine@tapo.eustis.army.mil P/N NOMESCLATUR S/N TSN FAULT 369D28550 STARTER 4160 UNK INTERIOR FANS SCRUBS CASE 369D28550 STARTER 1146 2349 TBO 369D28550 STARTER 1646 1717 INOP LOUD NOISE 369D28550 STARTER 1668 0760 WILL NOT PUT OUT POWER 369D28550 STARTER 4156 2220 BRUCHES WORD OUT UNEVENLY 369D28550 STARTER 2432 UNK BURN OUT 369D28550 STARTER 3493 1400 INOP 369D28550 STARTER 1047 UNK EXCESSIVE PLAY IN SHAFT 369D28550 STARTER 2301 1926 RETENTION SPRING WORN 369D28550 STARTER 2803 1329 SMOKED DURING START 369D28550 STARTER 1649 1441 CRASH DAMAGE 369D28550 STARTER 1217 1202 TBO 369D28550 STARTER 3259 1 SHAFT WARPED 369D28550 STARTER 3489 2353 TBO 369D28550 STARTER 1390 0202 POSSIBLE INTERNAL GROUNDING 369D28550 STARTER 1648 1499 SMOKE ON START 200SGL11SQ STARTER 1110 2098 SHAFT WARPED 369D28550 STARTER 1141 2371 TBO 369D28550 STARTER 4274 0406 TBO 369D28550 STARTER 1762 1200 TBO 369D28550 STARTER 1676 TBO 369D28550 STARTER 1210 TBO 369D28550 STARTER 1225 SLOW START 369D28550 STARTER 4372 TBO
- Record
- Loren Data Corp. 20010209/JSOL004.HTM (W-038 SN50D0A1)
| J - Maintenance, Repair and Rebuilding of Equipment Index
|
Issue Index |
Created on February 7, 2001 by Loren Data Corp. --
info@ld.com
|
|
|
|