Loren Data Corp.

'

  
COMMERCE BUSINESS DAILY ISSUE OF SEPTEMBER 24, 2001 PSA #2942
SOLICITATIONS

59 -- CIRCUIT CARD ASSEMBLY

Notice Date
September 20, 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
DAAH23-01-Q-0518
Response Due
October 11, 2001
Point of Contact
Frank Fisher, 256-842-6113
E-Mail Address
US Army Aviation and Missile Command DAAH23 (Frank.Fisher@redstone.army.mil)
Description
*****ATTENTION*****FORMAL COMMUNICATION RELATED TO THIS ACQUISITION SHOULD BE DIRECTED TO FRANK FISHER. You may FAX or mail your request ATTN: AMSAM-AC-LS-C, Frank Fisher, Contracting Specialist, telephone number 256-842-6113, 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) AX0T1287AXAX is being issued as a request for quotation under solicitation number DAAH23-01-Q-0518. The solicitation document and incorporated provision s and clauses are those in effect through Federal Acquisition Circular 97-27. The NSN is 5998-01-206-9171 and the Part Number is 161453-300. This is applicable to the T-700 turbine engine. Spec/Std controlling data, Manufacturers Code: 55820. Mfr sourc e controlling reference: 161453-300. The contract line item number is 0001AA, the quantity is 300, and the unit of measure is each. There are two one-year options for quantities of 50 each to 400 each per option year. Options can be exercised one or mor e times during an option year period up to the maximum quantity for that option year period. The maximum quantity for any option year is 400 each. Option year one is exercisable beginning on the date of award through 365 days after award (DAA) and will b e 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, Responsibility 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 military 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 (Genera l 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 300 each is Def. Dist. Depot Red River, Texarkana, TX 75507-500 0. FOB is at Origin. Packaging requirements are: Quantity Unit Package (QUP) is 001. MIL-STD-129 markings shall apply. Level of Preservation (LOP) is Military and Level of Pack (LPK) is B In Accordance With (IAW) MIL-STD-2073-1 Codes: JI/A/MP [41], JII /CD [1], JIII/PM [00], JIV/WM [00], JV/CD [LT], JVI/CT [X], JVII/UC [NS], JVII/IC [00], JIX/A/PK [Q], JX/SM [39], JVIIIA/OPI [M]. Required delivery is 200 each 270 DAA and 100 each per month thereafter until contract completion. Offerors are encouraged t o provide earlier delivery at no additional cost to the Government. 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)). Justificati on 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 item is restricted to Hamilton Sundstrand Corp., CAGE CODE: 55820 and AAR Airframe And Accesso ries 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 addition al sources. The Government intends to solicit only AAR Airframe and Accessories 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 eli gible for award. 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.redston e.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 DAAH23-00-C-03 37, award date September 7, 2000, unit price $1,286.71, quantity 210 each to AAR Airframe and Accessories Group Inc., Cage Code: 1Y249. The Government provides this price history without assuming the responsibility for any resulting conclusions or interpr etations 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 FAR 52.252-2, Cl auses 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 shipment, 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 a mount 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 Representations an d Certifications -- Commercial Items (May 2001). The North American Industry Classification System (NAICS) code is 334412 and number of employees is 500. 8. FAR 52.212-4, Contract Terms and Conditions -- Commercial Items (May 2001). 9. FAR 52.212-5, Co ntract 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 Sales to the Governm ent, 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 Di sabilities (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) FAR 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 Options (Jul 1990). 1 1. 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 exercise period as st ated above and 60 days in the blanks in paragraph (a) within the referenced clause. Insert two (2) years, eleven (11) months in the blank in paragraph (c) within the referenced clause. 13. DFARS 252.204-7004, Required Central Contractor Registration (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 Conditions Requi red 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, If you have com plaints 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 int ended 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 i s 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 sp ecified 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 (703) 617-4999/56 80, 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, Frank Fisher, Reference RFQ DAAH23-01-Q-0518. See Note 22 and 23 ________________________ Contracting Officer
Web Link
Army Single Face to Industry (http://acquisition.army.mil)
Record
Loren Data Corp. 20010924/59SOL011.HTM (D-263 SN50Y2G5)

59 - Electrical and Electronic Equipment Components Index  |  Issue Index |
Created on September 21, 2001 by Loren Data Corp. -- info@ld.com