COMMERCE BUSINESS DAILY ISSUE OF SEPTEMBER 24, 2001 PSA #2942
SOLICITATIONS
J -- INSPECT/TEARDOWN/OVERHAUL/REPAIR OF MAIN ROTOR DAMPERS
- Notice Date
- September 20, 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-R-0044
- Response Due
- September 25, 2001
- Point of Contact
- POC Scott D. Bedford @ 757-878-5223 X-242/Contracting Officer, Sherrie H. Carmona @ 757-878-5223 X-251
- E-Mail Address
- scarmona@tapo.eustis.army.mil (sbedford@tapo.eustis.army.mil)
- 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. The solicitation number is USZA95-01-R-0044 and is issued as a request for proposal (RFP). This solicitation and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 97-27. The North American Industry Classification System (NAICS) code applicable to this solicitation is 336411. The size standard is 1,000. The Government intends to have the following main rotor hubs overhauled and repaired to serviceable condition: (CLIN 0001 TEARDOWN COST / INSPECT (FFP) CLIN 0001AA The part numbers and quantities are as follows: 369D21400-503/27 EA, 369D21400-503/106 EA and 369D21400-231/2 EA. A list of the Serial Numbers can be provided upon request. CLIN 0002 OVERHAUL & REPAIR (Not to Exceed). The inspection/acceptance and FOB Point are Origin. Delivery is 4 each 45 days ARO and 2 each every 15 days thereafter. Partial shipments and accelerated delivery is authorized. Packing/Packaging shall be best commercial practice as provided by Federal Acquisition Regulations (FAR) 52.247-30. The provision at 52.212-1, Instructions to Offerors -- Commercial Items, applies to this acquisition without addenda. The provision at 52.212-2 "Evaluation Commercial Items" applies to this solicitation. Award will be made to the lowest priced technically acceptable offeror. Offerors shall include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications -- Commercial Items, with its offer. The clause at 52.212-4, Contract Terms and Conditions -- Commercial Items, applies to this acquisition without addenda. The clause at 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders -- Commercial Items, applies to this acquisition. The following optional clauses cited within 52.212-5 apply: FAR 52.203-6, Restrictions on Subcontractor Sales to the Government, Alternate I; 52.219-4, Notice of Price Evaluation Preference for HUBZone Small Business Concern; 52.219-8, Utilization of Small Business Concerns and Small Disadvantaged Business Concerns; 52.222-21, Prohibition of Segregated Facilities; 52.222-26, Equal Opportunity; 52.222-35, Affirmative Action for Special Disable and Vietnam Era Veterans; 52.222-36, Affirmative Action for Workers with Disabilities; 52.222-37, Employment Reports on Disabled Veterans and Veterans of the Vietnam Era; 52.225-13, Restriction on Certain Foreign Purchases; 52.225-15, Sanctioned European Union Country End Products, 52.247-64, Preference for Privately Owned U.S. Flag Commercial Vessels. The clause at DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items, applies to this acquisition. The following optional clauses cited within 252.212-7001 apply: 252.225-7001, Buy American Act and Balance of Payment Program; 252.225-7012, Preference for Certain Domestic Commodities; 252.225-7014, Preference for Domestic Specialty Metals; 252.227-7015, Technical Data -- Commercial Items; 225-227-7037, Validation of Restrictive Markings on Technical Data; 252-243-7002, Requests for Equitable Adjustment; and 252.247-7024, Notification of Transportation of Supplies by Sea. This is a DO A-1 rated order. Specifications, plans or drawings relating to the procurement described are not available and cannot be furnished by the government. Proposals are due 25 SEP 01, 3:00 p.m. local time. Written quotations should be sent to Technology Applications Contracting Office, ATTN: AMSAM-TASO-K (Scott D. Bedford, TSgt), Lee Blvd., Building 401, Ft. Eustis VA 23604-5577. Point of Contract is TSgt Bedford at (757) 878-5223, Extension 242 or Facsimile (757) 878-4199.
- Record
- Loren Data Corp. 20010924/JSOL020.HTM (W-263 SN50Y2L4)
| J - Maintenance, Repair and Rebuilding of Equipment Index
|
Issue Index |
Created on September 21, 2001 by Loren Data Corp. --
info@ld.com
|
|
|
|