Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 16, 2004 FBO #0902
SOLICITATION NOTICE

28 -- Requirement for 5th LPC Blades and Requirement of 2nd HPC blades.

Notice Date
5/14/2004
 
Notice Type
Solicitation Notice
 
Contracting Office
USPFO for Kansas, 2737 South Kansas Avenue, Topeka, KS 66611-1170
 
ZIP Code
66611-1170
 
Solicitation Number
W912JC-04-R-4021
 
Response Due
6/1/2004
 
Archive Date
7/31/2004
 
Point of Contact
linda.j.criss, (785) 274-1215
 
E-Mail Address
Email your questions to USPFO for Kansas
(linda.criss@ks.ngb.army.mil)
 
Small Business Set-Aside
N/A
 
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. This is a combined synopsis/solicitation for the Kansas Army National Guard A-Team, Fort Riley, KS. RFQ W912JC-04-R-4021. Purpose of this solicitation is for requirements of 5th LPC Blades/PN12286158, NSN 2835-01-073-8029, 3-100-025-06, purchase quantity of 2,754 ea. Requirement of 2nd HPC Blades/PN 12286317, NSN 2835-01-073-8033, 3-106-075X02, purchase quantity of 714 ea. Proposal shall include price, qualified source information. Blades end-item is for the AGT 1500 Gas Turbine Engine. Pricing shall be based on F.O.B. Destination with deliveries to Advance Turbine Engine Army Maintenance (ATEAM), Bldg. 741, Fort Riley, KS. This is restricted to approved vendors of the U.S. Army Tank Command, Warren, MI 48397-5000 and Honeywell, Inc., Defense & spac e, 1300 W. Warner Road, Tempe, AR 85285-200. These parts require engineering source approval by the design control activity (U.S. Army Tank command) in order to maintain the quality of the part. All offerors must meet prequalification requirements in or der to be eligible for award. Adequate technical data is not available for this acquisition. Firms that recognize and can produce the required items described above are encouraged to submit a bid. This solicitation is prepared IAW FAR Subpart 12.6, as supplemented with additional information included in this notice. No multiple award will be awarded. The clause at FAR 52.212-4, Contract Terms and Conditions (10/2003) and the clause at FAR 52.212-5, Contract terms and conditions Required to Implement S tatutes or Executive Order-Commercial Items (1/2004) applies to this acquisition. Under paragraph b, the following clauses are incorporated: 52.203-6, Restrictions of Subcontractor Sales to the Government (7/1995) with Alternate I; 52.219-8 Utilization of Small Business Concerns; 52.222-21, Prohibition of Segregated Facilities; 52.222-26, (4/2002) Equal Opportunity; 52.222-35, Equal Opportunity for Special Disabled Veterans; 52.222-36, Affirmative Action for Workers with Disabilities; 52.222-37, Employment Reports on Special Disabled Veterans; 52.225-13, Restriction on Certain Foreign Purchases; 52.232-33, Payment by Electronic Funds Transfer (10/2003) ?????? Central Contractor Registration. The clause at DFARS 252.212-7001, Contract Terms and Conditions Re quired to Implement Statutes to Defense Acquisition of Commercial Items (1/2004), is applicable to this acquisition. The award will be made to the lowest price, most advantageous to the government, technically acceptable proposal. Proposals are due 15 da ys from posting of this notification NLT 1400 hours, 1 June 2004. You may provide your quote by e-mail to linda.criss@ks.ngb.army.mil or fax to 785.274.1642, or mail to USPFO for Kansas Contracting Office, 2737 S. Kansas Ave, Topeka, Kansas 66611. Question s concerning your quote may be addressed to Linda Criss at 785.274-1215. Simplified Acquisition Procedures will be utilized.
 
Place of Performance
Address: USPFO for Kansas 2737 South Kansas Avenue, Topeka KS
Zip Code: 66611-1170
Country: US
 
Record
SN00586380-W 20040516/040514212229 (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.