Loren Data Corp.

'

  
COMMERCE BUSINESS DAILY ISSUE OF AUGUST 31, 2001 PSA #2927
SOLICITATIONS

28 -- ROTOR, TURBINE, AIRCRAFT

Notice Date
August 29, 2001
Contracting Office
US Army Aviation and Missile Command DAAH23, ATTN: AMSAM-AC, Building 5303, Martin Road, Redstone Arsenal, AL 35898-5280
ZIP Code
35898-5280
Solicitation Number
DAAH2301Q0526
Response Due
September 30, 2001
Point of Contact
Cynthia Hargrove, 2568427554
E-Mail Address
US Army Aviation and Missile Command DAAH23 (cynthia.hargrove@redstone.army.mil)
Description
*****ATTENTION*****FORMAL COMMUNICATION RELATED TO THIS ACQUISITION SHOULD BE DIRECTED TO DARLENE THOMAS. You may FAX or mail your request ATTN: AMSAM-AC-LS-C, Darlene Thomas, Contracting Officer, telephone number 256-955-9241, or FAX number 256-955-7737. 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; quotes are bein g requested and a written solicitation will not be issued. The Procurement Request Order Number (PRON) AX1T1036AXAX and AX1T1165AXAX are being issued as a request for quotation under solicitation number DAAH23-01-Q-0526. The solicitation document and inco rporated provisions and clauses are those in effect through Federal Acquisition Circular 97-27. The NSN is 2840-01-476-3158 and the Part Number is 4504005. This is applicable to the T-700 turbine engine. Spec/Std controlling data, Manufacturers Code: 55 820. Mfr source controlling reference: 4504005. The contract line item number is 0001AA, the quantity is 180, and the unit of measure is each. There are two one-year options for quantities of 45 each to 180 each per option year. Options can be exercise d one or more times during an option year period up to the maximum quantity for that option year period. The maximum quantity for any option year is 180 each. Option year one is exercisable beginning on the date of award through 365 days after award (DAA ) and will be designated line item number 0002AA. Option year two is exercisable beginning 366 DAA through 730 DAA and will be designated line item number 0003AA. Inspection and acceptance is at Origin. Specification requirements: FAR 52.246-l6, Respons ibility for Supplies (Apr 1984) and FAR 52.246-11, Higher-Level Contract Quality Requirement (Feb 1999). For FAR 52.246-11, the Contractor shall comply with ISO 9002 or equivalent. Calibration requirement: 52.246-4003 Terminology/Calibration (USAAMCOM) (AUG 1996). Full text for clause 52.246-4003 reads: (a) Terminology. Terminology shall be as defined by International Organization for Standardization (ISO) 8402, Quality Management and Quality Assurance -- Vocabulary. (b) Calibration. (Applicable if a m ilitary or a commercial quality system is selected for use.) The calibration of Test, Measurement and Diagnostic Equipment shall be in accordance with American National Standards Institute/National Conference of Standards Laboratories (ANSI/NCSL) Z540-1- 1994 (General Requirements for Calibration Laboratories and Measuring and Test Equipment) or ISO 10012-1:1992 (Quality Assurance Requirements for Measuring Equipment). (End of clause) The consignee for 30 each is Def. Dist. Depot Cherry Point NC, Cherry Point, NC 28533-0020 and 150 each is Def. Dist. Depot Red River, Texarkana, TX 75507-5000. FOB is at Origin. Packaging requirements are: Quantity Unit Package (QUP) is 001. MIL-STD-129 markings shall apply. Serial number parts shall require MIL-STD-129 serial number markings. Level of Preservation (LOP) is Commercial and Level of Pack (LPK) is Commercial In Accordance With (IAW) ASTM D 3951. Loose-fill materials, shredded paper, excelsior, polystyrene, and other loose-fill materials are prohibited for use as cushioning/dunnage in all packaging operations. Required delivery is 30 each 250 DAA and 30 each per month thereafter until contract completion. Offerors are encouraged to provide earlier delivery at no additional cost to the Government. Certifi ed 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 Respons ible Source and No Other Supplies or Services Will Satisfy Agency Requirements. This item is restricted to Hamilton Sundstrand Corp., CAGE CODE: 55820 and AA R Airframe And Accessories Group Inc., CAGE CODE: 1Y249 because the Government does not have adequate data, lacks rights to data, or both needed to purchase this part from additional sources. The Government intends to solicit only AAR Airframe and Accesso ries Group Inc. since they have been identified as the distributor of this product by Hamilton Sundstrand Corp. Offerors must meet prequalification requirements in order to be eligible for award. Firms that recognize and can produce the required item des cribed 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. No known awards have been made on NSN: 2840-01-476-3158. The most recent representative unit price and quantity relative to this acquisition is based on a related NSN, 2840-01-372-3063, on Con tract Number F34601-98-G-0008/BS01, award date August 11, 1998, unit price $7,201.69, quantity 63 each to Hamilton Sundstrand Corp., Cage Code: 99167. The Government provides this price history without assuming the responsibility for any resulting conclus ions 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 (Feb 1998) and F AR 52.252-2, Clauses Incorporated by Reference (Feb 1998) -- 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. Quotes shall provide the following information, representations, and certifications: 1. FOB point, if other than Origin. 2. Furnish vendors part number(s) if other than listed with each item. 3. Point(s) of shipme nt, performance, preservation, packaging and marking. 4. Remittance address (Provide the Electronic Funds Transfer information to the paying office after award -- do not include in our quotation). 5. Offeror's recommended economic purchase quantity, unit price, total amount per FAR 52.207-4, Economic Purchase Quantity -- Supplies (Aug 1987). 6. FAR 52.212-1, Instructions to Offerors -- Commercial Items (Oct 2000). Within FAR 52.212-1(c), the number 30 is changed to read 90. 7. FAR 52.212-3, Offeror Rep resentations and Certifications -- Commercial Items (May 2001). The North American Industry Classification System (NAICS) code is 336412 and number of employees is 1000. 8. FAR 52.212-4, Contract Terms and Conditions -- Commercial Items (May 2001). 9. 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) of FAR 52.212-5 are as follows: (1) FAR 52.203-6, Restrictions on Subcontractor Sale s to the Government, with Alternate I (41U.S.C. 253g and 10 U.S.C. 2402); (5) FAR 52-219-8, Utilization of Small Business Concerns (15U.S.C. 637(d)(2) and (3)); (6) FAR 52.219-9, Small Business Subcontracting Plan (15 U.S.C. 637 (d)(4)); (11) FAR 52.222-21 , Prohibition of Segregated Facilities (Feb 1999); (12) FAR 52.222-26, Equal Opportunity (E.O. 11246); (13) FAR 52.222-35, Affirmative Action for Disabled Veterans and Veterans of the Vietnam Era (38 U.S.C. 4212); (14) FAR 52.222-36, Affirmative Action for Workers with Disabilities (29 U.S.C. 793); (15) FAR 52.222-37, Employment Reports on Disabled Veterans and Veterans of the Vietnam Era (38 U.S.C. 4212); (21) F AR 52.225-13, Restriction on Certain Foreign Purchases (E.O. 12722, 12724, 13059, 13067, 13121, and 13129); (24) FAR 52.232-33, Payment by Electronic Funds Transfer -- Central Contractor Registration (31 U.S.C.3332). 10. FAR 52.217-5, Evaluation of Option s (Jul 1990). 11. FAR 52.217-7, Option for Increased Quantity -- Separately Priced Line Item (Mar 1989). Insert The Option Exercise Period As Stated Above. 12. FAR 52.217-9, Option to Extend the Term of the Contract (Mar 2000). Insert the option exerc ise period as stated above and 60 days in the blanks in paragraph (a) within the referenced clause. Insert three (3) years, two (2) months in the blank in paragraph (c) within the referenced clause. 13. DFARS 252.204-7004, Required Central Contractor Reg istration (Mar 2000). 14. DFARS 252.247-7022, Representation of Extent of Transportation by Sea (Aug 1992). 15. DFARS 252.212-7000, Offeror Representations and Certifications -- Commercial Items (Nov 1995). 16. DFARS 252.212-7001, Contract Terms and Co nditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items (Dec 2000). The appropriate clauses under paragraph (a) of DFARS 252.212-7001 are as follows: DFARS 252.205-7000, Provision of Information to Cooperative Agreement Holders (10 U.S.C. 2416), DFARS 252.219-7003, Small, Small Disadvantaged and Women-Owned Small Business Subcontracting Plan (DoD Contracts) (15 U.S.C. 637), FAR 252.225-7001, Buy American Act and Balance of Payments Program (41 U.S .C. 10a-10d, E.O. 10582), DFARS 252.243-7002, Requests for Equitable Adjustment (10 U.S.C. 2410), and DFARS 252.247-7023, Transportation of Supplies by Sea (10 U.S.C. 2631). FAR 52.233-4000, AMC-Level Protest Program (Oct 1996) which reads in full text, I f you have complaints about this procurement, it is preferable that you first attempt to resolve those concerns with the responsible Contracting Officer. However, you can also protest to Headquarters, Army Materiel Command (AMC). The HQ, AMC-Level Protest Program is intended to encourage interested parties to seek resolution of their concerns within AMC as an Alternative Dispute Resolution forum, rather than filing a protest with the General Accounting Office (GAO) or other external forum. Contract award or performance is suspended during the protest to the same extent, and within the same time periods, as if filed at the GAO. The AMC Protest decision goal is to resolve protests within 20 working days from filing. To be timely, protests must be filed within the periods specified in FAR 33.103. Send protests (other than protests to the Contracting Offficer) to: Headquarters, Army Materiel Command, Office of Command Counsel, ATTN: AMCCC-PL, 5001 Eisenhower Avenue, Alexandria, VA 22333-0001, Facsimile number (70 3) 617-4999/5680, Voice Number (703) 617-8176, The AMC-level protest procedures are found at: http:(insert 2 forward slashes)www.amc.army.mil/amc/command_counsel/protest/protest.html (The double forward slashes constitute a print processing command, hence cannot be shown above. Please insert when accessing the website.) If Internet access is not available, contact the Contracting Officer or HQ, AMC to obtain the AMC-Level Protest Proc edures. 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-C, Darlene Thomas, Reference RFQ DAAH23-01-Q-0526. See Note 22 and 23
Web Link
Army Single Face to Industry (http://acquisition.army.mil)
Record
Loren Data Corp. 20010831/28SOL006.HTM (D-241 SN50W3H8)

28 - Engines, Turbines and Components Index  |  Issue Index |
Created on August 29, 2001 by Loren Data Corp. -- info@ld.com