Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 10, 2003 FBO #0527
SOLICITATION NOTICE

V -- Commercial Lease of DC-9-30 Series Aircraft

Notice Date
5/8/2003
 
Notice Type
Solicitation Notice
 
Contracting Office
P.O. Box 5400 Albuquerque, NM 87185-5400
 
ZIP Code
87185-5400
 
Solicitation Number
DE-RQ04-03AL68636
 
Response Due
5/23/2003
 
Archive Date
6/22/2003
 
Point of Contact
David Nienow, Contracting Officer, 505-845-6072, dnienow@doeal.gov;Teresa Martinez, Contract Specialist, 505-845-4127, tmartinez@doeal.gov
 
E-Mail Address
Email your questions to Teresa Martinez, Contract Specialist
(tmartinez@doeal.gov)
 
Small Business Set-Aside
N/A
 
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. Responses shall reference "Request for Quote No. DE-RQ04-03AL68636?. This combined synopsis/solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 97-15. This acquisition is being considered for 100 percent small business set-aside. Offerors responding should indicate whether or not they are a small business, small woman-owned business, small disadvantaged business, or 8(a) business. The North American Industry Classification System (NAICS) Code is 532411 with a corresponding qualifying size standard of $6.0M. The U.S. Department of Energy, National Nuclear Security Administration (DOE/NNSA) Service Center intends to obtain a commercial lease of one DC-9-30 series aircraft with JT8D-15 engines, Stage III compliant for a lease period of 9 months with three (3) one-month extensions. See attached Statement of Work (SOW) for a detailed listing of the requirement and the performance criteria that must be demonstrated. Note that insurance will be obtained by DOE/NNSA. The required delivery date and place: August 1, 2003 with delivery to the U.S. Department of Energy, NNSA Service Center, NNSA Hangar, 3890 Aberdeen Ave, Hangar #481 West, Albuquerque, NM 87117. Delivery shall be FOB Destination. The provision at FAR 52.212-1, Instructions to Offerors ? Commercial (Oct 2000), applies to this acquisition. Only those Offerors who can furnish the item that meets all the requirements specified herein will be considered. Award will be made based on upon best value to the government considering the cost and technical acceptability. All Offerors shall include with their offers a completed copy of provision at FAR 52.212-3, Offeror Representation and Certification -- Commercial Items with the offer. The clause at 52.212-4, Contract Terms and Conditions -- Commercial Items, in hereby incorporated by reference. The clause at 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders -- Commercial Items, applies to this acquisition. Under FAR 52.212-5 paragraph (b), the Contracting Officer has indicated that the following clauses are incorporated by reference: 52.219-8, Utilization of Small Business Concerns; FAR 52.222-21, Prohibition of Segregated Facilities; FAR 52.222-26, Equal Opportunity; FAR 52.222-35, Affirmative Action for Disabled Veterans and Veterans of the Vietnam Era; FAR 52.222-36, Affirmative Action for Workers with Disabilities; FAR 52.222-37, Employment Reports on Disabled Veterans and Veterans of the Vietnam Era under the Federal Contractor Program, VETS100 Report, website location: http://vets100.cudenver.edu/; FAR 52.225-1, Buy American Act; FAR 52.232-34, Payment by Electronic Funds Transfer-Other than Central Contractor Registration. All commercial provisions and FAR clauses referenced in this solicitation are available in full text at the following website location: http://www.arnet.gov/far/ or http://farsite.hill.af.mil/. The following local clause applies to this acquisition: H-150 Lobbying Restriction (Energy & Water Development Appropriations Act, 2001) (Jul 2001) The contractor or awardee agrees that none of the funds obligated on this award shall be expended, directly or indirectly, to influence congressional action on any legislation or appropriation matters pending before Congress, other than to communicate to Members of Congress as described in 18 U.S.C. 1913. This restriction is in addition to those prescribed elsewhere in statute and regulation. (End of Clause) Electronic responses/offers to this combined synopsis/solicitation will be accepted via the Industry Interactive Procurement System (IIPS), available at http://e-center.doe.gov. It is the offeror's responsibility to monitor the IIPS site for the release of amendments (if any). Responses/offers will ONLY be received through the IIPS web site. For further assistance and instruction for the use of IIPS, the on-line help document is available at http://e-center.doe.gov/doebiz.nsf/Help?OpenForm. All responses/offers, including Representations and Certifications, are due no later than 3:30 p.m. local Albuquerque time by May 23, 2003. If you have any questions, please contact Teresa Martinez, Contract Specialist, at 505/845-4127 or via email at tmartinez@doeal.gov.
 
Web Link
Click here for further details regarding this notice.
(https://e-center.doe.gov/iips/busopor.nsf/UNID/63528C0C6F8BF4CD85256D200050C28F?OpenDocument)
 
Record
SN00320245-W 20030510/030508213252 (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 |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.