Loren Data Corp.

'

  
COMMERCE BUSINESS DAILY ISSUE OF JUNE 13, 2001 PSA #2871
SOLICITATIONS

28 -- ROLLS-ROYCE 250 C20B ENGINES

Notice Date
June 11, 2001
Contracting Office
U.S. Department of Justice, Immigration & Naturalization Service, 7701 N. Stemmons Freeway (ACDCAP), Dallas, Texas 75247
ZIP Code
75247
Solicitation Number
ACD-1-R-0019
Response Due
June 22, 2001
Point of Contact
Cheryl Aldridge 214 905-5392 X 1
Description
The Immigration and Naturalization Service, Dallas, Texas is issuing 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 being requested and a written solicitation will not be issued. Solicitation ACD-1-R-0019 is being issued as a Request for Proposal. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 97-26. A single award will be made. Each performance period will be one year or until the maximum quantity is reached, whichever is first. BASE YEAR CLIN 0001: Rolls-Royce 250-C20B engine P/N 6887190 to include all necessary attachments (governor, fuel control, etc.) required to operate on U.S. Border Patrol helicopters Guaranteed Minimum 1 each/Maximum 15 each $._________ each. FIRST OPTION PERIOD CLIN 1001: Rolls-Royce 250-C20B engine P/N 6887190 to include all necessary attachments (governor, fuel control, etc.) required to operate on U.S. Border Patrol helicopters Guaranteed Minimum 0 each/Maximum 15 each $_________ each. SECOND OPTION PERIOD: CLIN 2001: Rolls-Royce 250-C20B engine P/N 6887190 to include all necessary attachments (governor, fuel control, etc.) required to operate on U.S. Border Patrol helicopters Guaranteed Minimum 0 each/Maximum 15 each $._________ each. Delivery shall be within 10 months after award of the contract or delivery order. Warranty shall commence at date of installation and shall be 24 months or 1000 hours flight time, whichever is sooner. Only new engines are acceptable and engine and accessories must be to the latest configuration at time of delivery. Delivery is to be FOB destination, in Government furnished shipping containers, to the U.S. Border Patrol Air Operations, 9C Butterfield Trail, El Paso, TX 79906. Inspection and acceptance shall also occur at the destination. Orders may be placed by either the issuing office or the El Paso Air operations. Reference JAR 2852.201-70: The Contracting Officer's Technical Representative will be Bruce Dawson (915 782-4450) of the El Paso Air Operations. The provisions at FAR 15.212-1, Instructions to Offerors-Commercial, applies to this acquisition. FAR 52.212-2, Evaluation-Commercial Items, is applicable. Paragraph (a), evaluation criteria is as follows: Award will be made to the most advantageous offer to the Government, price and past performance considered. Option years will be evaluated for award. OFFEROR SHALL INCLUDE A COMPLETED COPY OF THE PROVISIONS AT FAR 52.212-3, Offeror Representations and Certifications-Commercial Items along with the firm's DUNS number. FAR 52.212-4, Contract terms and Conditions-Commercial Items, applies to this acquisition with the following additional clauses: FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items, and the following additional clauses apply to this acquisitions: FAR 52.216-18, Ordering, paragraph (a): insert "Date of award for one year"; FAR 52.216-19, Order Limitation: paragraph (a) insert "one each", (b)(1) insert "4 each", (b)(3) insert "30 ", (d) insert "5"; FAR 52.216-22, Indefinite Quantity, paragraph (d) insert "completion of the last delivery order"; FAR 52.217-5, Evaluation of Options; FAR 52.217-9, Option to Extend the Term of the Contract, paragraph (c) insert "36 months". NOTE: In the event the maximum quantity is reached before the end of 12 months, the subsequent option may be exercised with a 15 day written notice; FAR 52.219-9, Small Business Subcontracting Plan: provide with offer and will be incorporated in award; FAR 52.232-19, Availability of Funds for the Next Fiscal Year, insert "September 30, 2001"; FAR 52.222-26, Equal Opportunity (E.O. 11246); FAR 52.222-35, Affirmative Actions for Disabled Veterans and Veterans of the Vietnam Era; FAR 52.222-36, Affirmative Action for Workers with Disabilities; FAR 52.222-37, Employment Reports on Disabled Veterans and Veterans of the Vietnam Era. FAR 52.225-7 Waiver to Buy American Act for Civil Aircraft and Related Articles and FAR 52.252-1, Solicitation Provisions Incorporated by Reference (available at http://www.arnet.gov/far). Delivery order may be issued by facsimile. Include a list of references which includes point of contact name and phone number. Proposals are due 6/22/01, 1:30pm Dallas, TX time, at Immigration and Naturalization Service, ATTN: ACDCAP/Aldridge, 7701 N. Stemmons Freeway, Dallas, TX 75247. Inquiries and proposals may be faxed to 214 905-5568. All responsible sources may submit a proposal which shall be considered.
Record
Loren Data Corp. 20010613/28SOL001.HTM (W-162 SN50O5L9)

28 - Engines, Turbines and Components Index  |  Issue Index |
Created on June 11, 2001 by Loren Data Corp. -- info@ld.com