Loren Data Corp.

'

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

31 -- BEARING, ROLLER, CYLI

Notice Date
June 11, 2001
Contracting Office
Commander, U. S. Army Aviation & Missile Command, Acquisition Center, Buiding 5303, Redstone Arsenal, AL 35898-5280
ZIP Code
35898-5280
Solicitation Number
DAAH23-01-T-0777
Response Due
June 15, 2001
Point of Contact
11. Cheryl Moore-Davis, Contracting Officer, telephone number 256-842-7558, FAX number 256-955-9310!!
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; proposals are being requested and a written solicitation will not be issued. Solicitation number DAAH23-01-T-0777 is being issued as a request for quote. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 97-26. The NSN is 3110-01-044-4473 and the Part Number is 6875035. This is applicable to the T63-A-700 & T63-A-720 turbine engine. Spec/Std controlling data, Manufacturers Code: 63005. Mfr source controlling reference: 6875035. The contract line item number is 0001AA, the quantity is 125, and the unit of measure is each. In addition to the 125 each there will be two one year 100% options which, if exercised, will bring the maximum quantity to 375 each. PRON: AX1J0028AXAX. Inspection and acceptance at ORIGIN, Inspection requirements: 52.246-2, 52.246-11, 52.246-l6, ISO 9002 or equivalent. Calibration requirement: FAR 52.246-4002. The consignee for 125 each is DDSP New Cumberland Facility, Building Mission Door 113 134, New Cumberland, PA 17070-5001. Inspection and acceptance is at Source. FOB is at Source. Packaging requirements are: Quantity Unit Package (QUP) is 001. MIL-STD-129 markings shall apply. Level of Preservation (LOP) is Commercial and Level of Pack (LPK) is Commercial In Accordance With (IAW) ASTM D 3951. Required delivery is 120 Days After Contract Award (DACA). Certified for National Defense under the Defense Priority and Allocations System -- Rating -- DOA1 (FAR 52.211-14, Defense Priority Rating for National Defense Use (Sep 1990)). Justification for other than full and open competition is FAR 6.302-1, Only One Responsible Source and No Other Supplies or Services Will Satisfy Agency Requirements. This part is a commercial/non-developmental/off-the-shelf item. As such, it is now governed by the Federal Aviation Administration (FAA) rules. Current FAA approved sources are: Rolls-Royce Corp, Cage Code: 63005 and Aviall Services Inc, Cage Code: 22819. Other prospective sources must qualify through the FAA under the Part Manufacturer Approval (PMA). This procurement requires prequalification. Firms that recognize and can produce the required item described above are encouraged to identify themselves. Firms are encouraged to seek source approval in order to compete for future solicitations by accessing the website www.redstone.army.mil/cmo/ and looking under SAR information. All responsible sources may submit an offer, which shall be considered by the Agency. The most recent representative unit price and quantity relative to this acquisition is Contract Number F34601-98-G-0011/BS2T, award date August 24, 2000, unit price $687.60, quantity 80 each to Rolls-Royce Corp, Cage Code: 63005. The Government provides this price history without assuming the responsibility for any resulting conclusions or interpretations that may be made. The price history is provided for informational purposes only and should not be relied upon as a basis for offer/bid. Any award resulting from this RFQ will be issued on SF Form 1449 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 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 (Provide the Electronic Funds Transfer information to the paying office after award -- do not include in our quotation). 6. Offeror's recommended economic purchase quantity, unit price, total amount per FAR 52.207-4, Economic Purchase Quantity -- Supplies (Aug 1987). 7. FAR 52-212-1, Instructions to Offerors -- Commercial Items (Oct 2000). 8. FAR 52-212-3, Offeror Representations and Certifications -- Commercial Items (May 2001). The North American Industry Classification System (NAICS) code is 332991 and number of employees is 750. 9. FAR 52-212-4, Contract Terms and Conditions -- Commercial Items (May 2001). 10. FAR 52-212-5,Contract Terms and Conditions Required to Implement Statutes or Executive Orders -- Commercial Items (May 2001). The appropriate clauses under paragraph (b) are as follows: (11) 52.222-21, Prohibition of Segregated Facilities (Feb 1999); (12) 52.222-26, Equal Opportunity (E.O. 11246); (13) 52.222-35, Affirmative Action for Disabled Veterans and Veterans of the Vietnam Era (38 U.S.C. 4212); (14) 52.222-36, Affirmative Action for Workers with Disabilities (29 U.S.C. 793); (15) 52.222-37, Employment Reports on Disabled Veterans and Veterans of the Vietnam Era (38 U.S.C. 4212); and (23) 52.232-33, Payment by Electronic Funds Transfer -- Central Contractor Registration (31 U.S.C. 3332). Quotes may be submitted in contractor format. Quotes should be submitted to Commander, U.S. Army Aviation and Missile Command, Acquisition Center, Redstone Arsenal, AL 35898-5280, AMSAM-AC-LS, Cheryl Moore-Davis, Reference RFQ DAAH23-01-T-0777. See Note 23.
Record
Loren Data Corp. 20010613/31SOL005.HTM (W-162 SN50O5R4)

31 - Bearings Index  |  Issue Index |
Created on June 11, 2001 by Loren Data Corp. -- info@ld.com