SOURCES SOUGHT
16 -- Bell Helicopter spare parts
- Notice Date
- 3/14/2002
- Notice Type
- Sources Sought
- Contracting Office
- Department of State, Bureau of International Narcotics and Law Enforcement Affairs, INL RM MS, 2430 E Street, N.W., South Building SA-4 Navy Hill, Washington, DC, 20520
- ZIP Code
- 20520
- Solicitation Number
- INL-0110-195460
- Response Due
- 4/5/2002
- Archive Date
- 4/20/2002
- Point of Contact
- Mary Pat Hayes-Crow, Logistics Management Specialist, Phone 2027768373, Fax 2027768775, - Linda Gower, Contract Specialist, Phone 2027768774, Fax 2027768775,
- E-Mail Address
-
hayes-crowmp2@state.gov, gowerlg@state.gov
- Description
- This is a combined synopsis/solicitation for commercial items prepared per the format in Subpart 12, as supplemented with additional information included this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. Solicitation number INL- 0110-195460 is a Request for Quote (RFQ). The Government intends to award an Indefinite Delivery/Indefinite Quantity contract for the acquisition of FAA approved commercial spare parts and components that will be used to maintain Bell Textron-model helicopters ( Bell 206, Bell 212 and Huey II). In order to ensure quality and safety of flight of the helicopters, the spare parts and components must be manufactured or approved by the Original Equipment Manufacturer (OEM); OEM-approved source and/or traceable to the OEM. The contractor must provide a Certificate of Conformance in accordance with FAR 52.246-15. The following Provisions and Clauses are incorporated into this RFQ by reference and are in effect through Federal Acquisition Circular 97-27. No addenda apply to these Provisions and Clauses. FAR 52.212-1, Instructions to Offerors ? Commercial Items, FAR 52.212-3, Offeror Representation and Certifications ? Commercial Items, FAR 52.212-4 Contract Terms and Conditions ? Commercial Items, FAR 52-212-5, Contract Terms and conditions required to Implement Statutes or Executive Orders-Commercial Items; FAR 52.246-15, (APR 1984), Certificate of Conformance. Note: The wording on the certificate of conformance must comply exactly with the language in the clause. Discrepancies in wording or failure to submit the certificate will result in delay of acceptance of material and payment of invoice. No additional FAR clauses apply. The Government intends to award a firm, fixed price indefinite delivery/indefinite quantity contract for the period of one year. Guaranteed minimum order will be $350,000. The Government estimates the dollar amount of ordering for one year is approximately $750,000. NOTE: INTERESTED OFFERORS MAY FIND THE LIST OF SPARE PARTS TO BE PRICED (LIST OF 745 PARTS) BY GOING TO WWW.STATE.GOV AND CLICKING ON CONTRACTING OPPORTUNITIES. THE SOLICITATION WITH THE PARTS LIST MAY BE FOUND AT THAT SITE. Offerors shall state their standard warranty they offer in their response to the RFQ. Delivery to Robertson Freight Forwarding Company, 4469 NW 97th Ave. Miami, FL 33178. Packaging, packing, and preservation shall be in accordance with best commercial practices to enable shipment to CONUS destination and onward shipment to Colombia without repacking or incurring damage during shipment and handling. Prices should be FOB destination Miami. Actual orders under the IDIQ contract shall be made by individually funded delivery orders. Award will be made to the lowest priced, technically acceptable offer. Point of Contact is Mary Pat Hayes-Crow, Contracting Officer, 202-776-8373; email: Hayes-CrowMP2@state.gov or Timothy E. Henderson, email: HendersonTE@state.gov. This RFQ closes at 1600 hours ET, April 5, 2002.
- Record
- SN00042509-W 20020316/020314213220 (fbodaily.com)
- Source
-
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |