COMMERCE BUSINESS DAILY ISSUE OF OCTOBER 30, 2001 PSA #2967
SOLICITATIONS
16 -- MODIFICATION OF GOVERNMENT-OWNED 185-GALLON INTERNAL AUXILIARY FUEL TANKS FOR AERIAL REFUELING
- Notice Date
- October 26, 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
- USZA95-02-R-0006
- Response Due
- November 13, 2001
- Point of Contact
- Kay Griffin, Contract Specialist, (757) 878-5223 X244, Sherrie Carmona, Contracting Officer, (757) 878-5223 X251
- E-Mail Address
- contract specialist (kgriffin@tapo.eustis.army.mil)
- Description
- This is a Combined Synopsis/Solicitation for Commercial Items prepared in accordance with the format in FAR 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 work will include, but is not limited to, modification of 41 each government-owned 185-gallon internal auxiliary fuel tanks for aerial refueling. The solicitation is issued as a Request for Proposal (RFP). The solicitation number is USZA95-02-R-0006. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2001-01. The NAIC Code is 336413. The Business Size is 1000 employees. Inspection and Acceptance: Origin. FOB Point: Destination. This procurement is subject to the availability of funds in Fiscal Year 2002. CLIN 0001AA-Firm Fixed Price. Disassembly and Inspection of a Model HM020-185E, Part Number HM020-009-200, 41 each. CLIN 0001AB- Firm Fixed Price. Modification of each Model HM-020-185E, Part Number HM020-009-200 to Model HM-020-185G, Part Number HM020-009-300, 41 each. CLIN 0001AC-Over and Above Repairs of Fuel Tanks. The contractor shall perform specific modifications to each tank to enable the tanks to be used in conjunction with aerial refueling probes. These tanks are internal tanks and must interface compatibly with specific aircraft. Prior to the modification, each tank sent to the contractor shall be inspected and the contractor shall identify any necessary repairs or parts that need replacement. A firm fixed price quote for the repair of each tank shall be forwarded to the Contracting Officer for approval. All work to be performed under a contract resulting from this solicitation shall be completed within 20 months of contract award. Accelerated delivery is acceptable. Upon completion of the modification, the contractor shall ship the items to the following address: H92228, Raytheon, JOG, Attn: Roger White/Blue Grass Army Depot, S. Kingston Highway, Bldg. 254, Richmond, KY 40475. The contractor shall submit a firm fixed price proposal by close of business November 08, 2001. Only one responsible source and no other supplies will satisfy agency requirement. Approved source(s): Robertson Aviation, 1024 E. Vista, Del Cerro, Tempe, AZ 85281. Justification for Other Than Full and Open Competition is Federal Acquisition Regulations (FAR) 6.302-1, 10 USC 2304(c)(1). This proposed contract action is for supplies/services for which the government lacks the technical data package, specifications, and engineering description suitable for full and open competition. The time required for approval of new supplies/services is such that award and delivery cannot be delayed pending approval of a new source. Any award resulting from this RFP will be issued on a Standard Form (SF) 1449A and will contain all clauses by law, the FAR, and the Defense Federal Acquisition Supplement (DFARS) as appropriate for the dollar value of the award. FAR 52.212-1 Instructions to Offerors-Commercial Items; 52.212-2 Evaluation-Commercial Items; 52.212-3 Offeror Representations and Certifications-Commercial Items; 52.212-4 Contract Terms and Conditions-Commercial Items; and 52.212-5 Contract Terms and Conditions Required to Implement Statues or Executive Orders-Commercial Items to include FAR 52.203-6, "Restrictions on Subcontractor Sales to the Government, with Alternate I"; 52.219-8 "Utilization of Small Business Concerns and Small Disadvantaged Business Concerns"; 52.219-9 "Small Business Subcontracting Plan"; 52.222-19 "Child Labor-Cooperation with Authorities and Remedies"; 52.222-21 "Prohibition of Segregated Facilities"; 52.222-26 "Equal Opportunity"; 52.222-35 "Affirmative Action for Special Disabled and Vietnam Era Veterans"; 52.222-36 "Affirmative Action for Handicapped Workers"; 52.222-37 "Employment Reports on Special Disabled Veterans and Veterans of the Vietnam Era", 52.225-13 "Restriction on Certain Foreign Purchases"; 52.232-33 "Payments by Electronic Funds Transfer-Central Contractor Registration"; 52.247-64 "Preference for Privately Owned U. S. Flag Commercial Vessels". 252.212-7000 Offeror Representation and Certifications-Commercial Items and 52.212-7001 Contract Terms and Conditions Required to Implement Statues or Executive Orders applicable to Defense Acquisition of commercial items to include the following particular provisions cited within 252.205-7000 "Provision of Information to Cooperative Agreement Holders", 252.219-7003 "Small, Small Disadvantaged and Women-owned Small Business Subcontracting Plan", 252.225-7001 "Buy American Act and Balance of Payment Program", 252.225-7012 "Preference for Certain Domestic Commodities", and 252.225-7014 "Reference for Domestic Specialty Metals", 252.247-7023 "Transportation of Supplies by Sea (Alternate I)". This solicitation incorporates one or more solicitation provision/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. The following clauses are added as addenda to FAR 52.212-4 Contract Terms and Conditions-Commercial Items: 52.211-5 Material Requirements (Aug 2000); 52.232-18 Availability of Funds (Apr 1984); 52.245-4 Government-Furnished Property (Short Form) (Apr 1984); DFARS 252.217-7028 Over and Above Work (Dec 1991). Proposals shall provide the following information, representations, and certifications: 1. Offerors shall affirm that their proposal will be valid 60 days from the specified closing date. 2. Offeror shall affirm FOB Point and Inspection & Acceptance. 3. Remittance address. 4. Taxpayer Identification Number (TIN) per FAR 52.204-3, Taxpayer Identification (Oct 1998). 5. FAR 52.204-6, Data Universal Numbering System (DUNS) Number (Jun 1999). 6. Commercial and Government Entity (CAGE) Code per DFARS 252.204-7001, Commercial and Government Entity (CAGE) Code Reporting (Aug 1999). Proposals may be submitted in contractor format. Offers shall include a complete copy of the provision at FAR 52.212-3, Offeror Representations and Certifications Commercial Items and DFARS 252.212-7000 Offeror Representation and Certifications-Commercial Items, with the offer. Be sure to include company name, address, telephone number, e-mail address, fax number, and reference the solicitation number. Proposals must be delivered to U.S. Army Special Operations Command, Technology Applications Contracting Office, Attn: AMSAM-TASO-K (Kay Griffin), Bldg. 401 Lee Blvd., Ft. Eustis, VA 23604-5577. The proposed contract action is for supplies/services for which the government intends to solicit and negotiate with only one source under authority of FAR 6.302. Interested persons may identify their interest and capability to respond to the requirement or submit proposals. This notice of intent is not a request for competitive proposals. However, the government will consider all proposals received within ten (10) days (IAW FAR 5.203 (a)) after date of publication of this synopsis. A determination by the government not to compete this notice is solely within the discretion of the government. Information received will normally be considered solely for the purpose of determining whether to conduct a competitive procurement. Numbered Note 22 is applicable to the RFP with the exception of the forty-five days response time therein.*****
- Record
- Loren Data Corp. 20011030/16SOL018.HTM (W-299 SN5116L5)
| 16 - Aircraft Components and Accessories Index
|
Issue Index |
Created on October 26, 2001 by Loren Data Corp. --
info@ld.com
|
|
|
|