Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 10, 2004 FBO #0957
SOLICITATION NOTICE

16 -- Cabin Heater for UH-60

Notice Date
7/8/2004
 
Notice Type
Solicitation Notice
 
NAICS
336413 — Other Aircraft Parts and Auxiliary Equipment Manufacturing
 
Contracting Office
USPFO for Michigan, 3111 West Saint Joseph Street, Lansing, MI 48913-5102
 
ZIP Code
48913-5102
 
Solicitation Number
W912JB-04-T-2015
 
Response Due
7/30/2004
 
Archive Date
9/28/2004
 
Point of Contact
KARI CHURCHILL, 517-483-5904
 
E-Mail Address
Email your questions to USPFO for Michigan
(kari.churchill@mi.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 Federal Acquisition Regulation (FAR) Subpart 12.6, as supplemented with additional information included in this notice. This announcement constit utes the only solicitation; offers are being requested and a written solicitation will not be issued. This solicitation number is W912JB-04-T-2015, and is issued as a Request for Quotation (RFQ). The RFQ incorporates provisions and clauses as those in ef fect through Federal Acquisition Circular Number 2001-24 and Defense Acquisition Circular Number 91-9, 20040625 Edition. This solicitation is unrestricted. The North American Industry Classification System (NAICS) code is 336413. Description of commodit y: Twelve (12) each Cabin Heaters, Option II, Kit B (or equal), for UH-60 Helicopters. Offer is to be FOB destination, delivered to 10600 Eaton Hwy, Grand Ledge, MI 48837. The following FAR provisions and clauses apply to this solicitation: 52.202-1, De finitions; 52.203-6, Restrictions On Subcontractor Sales to The Government; 52.204-4, Printed or Copied Double-Sided on Recycled Paper; 52.204-7, Central Contractor Registration; 52.207-4, Economic Purchase Quantity??????Supplies; 52.209-6, Protecting the Government??????s Interest When Subcontracting With Contractors Debarred, Suspended, or Proposed for Debarment; 52.211-6, Brand Name or Equal; 52.211-16, Variation in Quantity; 52.211-17, Delivery of Excess Quantities; 52.212-1, Instructions To Offerors??? ???Commercial Items; 52.212-2, Evaluation??????Commercial Items (Evaluation Factors being: Ability to meet Government Requirements, Price, Delivery and Prior Performance in descending order) 52.212-3 Alt I, Offeror Representations and Certifications??????C ommercial Items Alternate I; 52.212-4, Contract Terms and Conditions-Commercial Items; 52.212-5 (Dev), Contract Terms and Conditions Required to Implement Statutes or Executive Orders??????Commercial Items (Deviation); 52.214-34, Submission of Offers in th e English Language; 52.214-35, Submission of Offers In U.S. Currency; 52.219-1 Alt I, Small Business Program Representations-Alternate I; 52.219-8, Utilization of Small Business Concerns; 52.219-14, Limitations On Subcontracting; 52.222-3, Convict Labor; 5 2.222-19, Child Labor??????Cooperation with Authorities and Remedies; 52.222-21, Prohibition Of Segregated Facilities; 52.222-37, Employment Reports on Special Disabled Veterans, Veterans Of The Vietnam Era, and Other Eligible Veterans; 52.227-2, Notice An d Assistance Regarding Patent And Copyright Infringement; 52.232-33 Payment by Electronic Funds Transfer--Central Contractor Registration; 52.232-36, Payment by Third Party; 52.233-2, Service of Protest; 52.233-3, Protest After Award; 52.242-13, Bankruptcy ; 52.247-34, F.O.B. Destination; 52.252-1, Solicitation Provisions Incorporated by Reference; 52.252-2, Clauses Incorporated by Reference; 52.252-5, Authorized Deviations in Provisions; 52.252-6, Authorized Deviations in Clauses; The following Defense Fede ral Acquisition Regulations Supplement (DFARS) provisions and clauses apply to this solicitation: 252.204-7003, Control Of Government Work Product. 252.204-7004 Alt A, Required Central Contractor Registration, Alternate A; 252.209-7001, Disclosure of Own ership or Control by the Government of a Terrorist Country; 252.209-7004, Subcontracting With Firms That Are Owned or Controlled By The Government of a Terrorist Country; 252.212-7000, Offeror Representations and Certifications-Commercial Items; 252.212-70 01 (Dev), Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items (Deviation); 252.225.7000, Buy American Act-Balance of Payments Program Certificate; 252.225-7001, Buy Americ an Act And Balance of Payments Program; 252.225-7002, Qualifying Country Sources As Subcontractors; 252.225-7012, Preference For Certain Domestic Commodities; 2 52.226-7001, Utilization of Indian Organizations and Indian-Owned Economic Enterprises-DoD Contracts; 252.232-7003, Electronic Submission of Payment Requests; 252.243-7001, Pricing of Contract Modifications; 252.246-7000, Material Inspection And Receiving Report; 252.247-7023, Transportation of Supplies by Sea; 252.247-7024, Notification Of Transportation Of Supplies By Sea; and 252.204-7004, Central Contracting Registration. Copy of provisions and clauses are available on the Internet at www.arnet.gov/fa r. Qualifying offers must meet the stated specifications and be accompanied by completed provisions 52.212-3 and 252.225-7000. Offeror must provide detailed specifications if not bidding the exact item requested. Offeror must be in an active status in the Central Contractor Registry database (http://www.ccr.gov) and be capable of receiving payments via Electronic Funds Transfer (EFT) or Visa. Offeror must also provide (3) customer references with business name and point of contact with telephone number . Failure to provide required information can render your quote non-responsive and therefore not considered for an award. The Government will award a contract resulting from this solicitation to the responsible offerer whose offer conforms to the solicit ation and will be a best value to the Government. Required information and completed offer, to include specifications, warranty information, and descriptive literature, may be faxed to 517-483-5900 or mailed to USPFO FOR MICHIGAN, Purchasing & Contracting, Attn: Kari Churchill, 3111 W. St. Joseph Street, Lansing, MI 48913-5102. Offer must be received not later than Noon, local time, 30 July 2004. All responsible sources may submit an offer, which shall be considered by the agency. Questions may be addre ssed to Kari Churchill at kari.churchill@mi.ngb.army.mil.
 
Place of Performance
Address: USPFO for Michigan 3111 West Saint Joseph Street, Lansing MI
Zip Code: 48913-5102
Country: US
 
Record
SN00617219-W 20040710/040708212238 (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.