Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF OCTOBER 03, 2003 FBO #0675
SOLICITATION NOTICE

15 -- Piper PA-18 Super Cub, 180hp

Notice Date
10/1/2003
 
Notice Type
Solicitation Notice
 
Contracting Office
Department of Agriculture, Animal and Plant Health Inspection Service, Administrative Services Division/Contracting, 100 North 6TH Street Butler Square 5TH Floor, Minneapolis, MN, 55403
 
ZIP Code
55403
 
Solicitation Number
APWSAVFC-0002-4
 
Response Due
10/27/2003
 
Archive Date
11/11/2003
 
Point of Contact
Tamara Lanier, Contracting Officer, Phone 970-494-7433, Fax 970-494-7432, - Tamara Lanier, Contracting Officer, Phone 970-494-7433, Fax 970-494-7432,
 
E-Mail Address
Tamara.M.Lanier@aphis.usda.gov, Tamara.M.Lanier@aphis.usda.gov
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6 of the Federal Acquisition Regulation (FAR), as supplemented with additional information included in this notice. This announcement constitutes the only solicitation. Quotes are being requested and a written solicitation will NOT be issued. This combined synopsis/solicitation will result in a firm fixed price purchase order. Simplified procurement procedures will be used per Federal Acquisition Regulation (FAR) Part 13. This combined synopsis/solicitation, APWSAVFC-0002-4, is issued as a request for quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 01-16. This combined synopsis/solicitation contains one contract line item number (CLIN), CLIN 0001, for one Piper PA-18 Super Cub, 180hp. The requirements/specifications of the Piper PA-18 Super Cub, 180hp: 1. Engine - mid time or less (1000 hours since major overhaul or less) 2. Airframe - 2500 hours since new or total rebuild or less 3. dual controls 4. 8:50x6 main wheel tires 5. Scott 3200 tail wheel assembly 6. Full electrical system to include alternator, battery and starter 7. Instruments required for VFR flight both day and night. All aircraft records must be current with all alterations and repairs documented on approved form 337 or Supplemental Type Certificates in the aircraft records. All aircraft inspections must be current and properly documented in the aircraft records. Inspections of perspective aircraft by qualified fixed wing maintenance specialists will occur at the location where the aircraft is maintained. Inspections will be at the Government's expense. Aircraft fabric, steel tubing and other structural items will be subject to inspection to determine airworthiness. The Piper PA-18 Super Cub, 180hp shall be ready for pick-up no later than 12/1/03. The following FAR provisions and clauses are incorporated by reference and can be found in full text at www.arnet.gov/far: 52.212-1 Instructions to Offerors - Commercial Items. 52.212-2 Evaluation-Commercial Items. 52.212-4 Contract Terms and Conditions - Commercial Items. 52.232-35 Designation of Office for Government Receipt of Electronic Funds Transfer, fill-in information for paragraph (c) is Name: USDA National Finance Center, Phone Number: 800-421-0323. Offerors must include a completed copy of the provision at FAR 52.212-3, Offeror Representations and Certifications-Commercial Items, with their quote. In accordance with FAR 52.212-3(a), Evaluation - Commercial Items, The Government will award a purchase order resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: 1. Aircraft worthiness (address the seven requirements/specifications stated above) 2. Total time on airframe and engine 3. Overall appearance 4. Supplemental Type Certified Modifications 5. Extra Equipment (left side swing up window, radios, etc. Offerors are to provide a narrative that addresses the above five factors. Provide enough information so that an evaluator can rate your responses. Offerors are to provide a list of three most current references for a like item. The offerer shall provide the name, address, telephone number and e-mail address of the point of contact for each reference provided. 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 additional FAR clauses cited in the clause are applicable to the acquisition: 52.203-6 Restrictions on Subcontractor Sales to the Government, Alternate I, 52.219-8 Utilization of Small Business Concerns, 52.222-3 Convict Labor, 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 Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era and Other Eligible Veterans, 52.222-36 Affirmative Action for Workers with Disabilities, 52.222-37 Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era and Other Eligible Veterans, 52.225-7 Waiver of Buy American Act for Civil Aircraft and Related Articles, 52.225-13 Restrictions on Certain Foreign Purchases, 52.225-15 Sanctioned European Union Country End Products, 52.232-34 Payment by Electronic Funds Transfer - Other than Central Contractor Registration. Any of the FAR provisions or clauses can be provided via e-mail if your request is sent to: Tamara.M.Lanier@aphis.usda.gov. The Defense Priorities and Allocations System (DPAS) is not applicable to this solicitation. Quotes are due October 27, 2003 by 4 p.m. Mountain Time. All responsible businesses may submit a quote for consideration. All quotes must be signed. Quotes may be faxed to 970-494-7432, Attn: T. Lanier with signed original forwarded by mail to: USDA, APHIS, WS, NATIONAL AVIATION PROGRAM, 2150 Centre Avenue, Bldg B, Mail Stop 3W9, Attn: T. Lanier, Fort Collins, CO 80526-8117. Quotes can be e-mailed to Tamara.M.Lanier@aphis.usda.gov. A complete quote will consist of: 1. price for CLIN 0001 2. signature on the page that lists the price 3. narrative addressing five evaluation factors 4. completed copy of the provision at FAR 52.212-3, Offeror Representations and Certifications-Commercial Items 5. references 6. DUNS number (Duns and Bradstreet, www.dnb.com/us/)
 
Place of Performance
Address: Wildlife Services will pick-up aircraft
Country: US
 
Record
SN00445545-W 20031003/031001213115 (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.