Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 25, 2004 FBO #0972
SOLICITATION NOTICE

30 -- CYLINDER ASSEMBLY

Notice Date
7/23/2004
 
Notice Type
Solicitation Notice
 
NAICS
336413 — Other Aircraft Parts and Auxiliary Equipment Manufacturing
 
Contracting Office
Department of the Air Force, Air Force Materiel Command, WR-ALC, WR-ALC/PK Acquisition Opportunities 235 Byron St,, Warner Robins, GA, 31098-1611
 
ZIP Code
31098-1611
 
Solicitation Number
FA8518-04-Q-71963
 
Response Due
8/5/2004
 
Archive Date
8/20/2004
 
Point of Contact
Irma Adams, Contract Specialist, Phone (478)222-1920, Fax (478)222-1852, - Louis Cornell, Contract Specialist, Phone (478)222-1919, Fax (478)222-1854,
 
E-Mail Address
Irma.Adams@robins.af.mil, Louis.Cornell@robins.af.mil
 
Description
WR-ALC/LEKSG intends to award a Firm, Fixed Price, Five-Year requirements type contract, Basic plus Four One-Year Options for Cylinder Assemblies, NSN: 3040-01-246-5939QS, P/N: 52B10755-1. Applicable to NSN 1710-01-223-2235RN, Aircraft Barrier Set, P/N A/M32A-95, which is designed to arrest aircraft on a shortened runway. DESC: 8.5" W, 5.810" H, 51" L, WT 119 lb. 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; quotes are being requested and a written solicitation will not be issued. This combined synopsis/solicitation is issued as a Request for Quote (RFQ) Number FA8518-04-Q-71963. SCHEDULE: This requirement is for CLIN 0001, Qty 12 ea for Basic Year, 9 ea maximum quantities for each of Four One-Year Incremental Options (CLINs 1001-4001). The North American Industry Classification System (NAICS) code for this acquisition is 336413, with a small business standard size of 1000 employees. The government intends to solicit two known approved sources: Engineered Arresting Systems Corp (CAGE: 21439) and Kampi Components Co. Inc. (CAGE: 7Z016). DELIVERY: Delivery schedule for Basic Year requirement: OCT 04, 6 EA (FB4835); JAN 05, 6 EA (FB2065). Assets will be delivered FOB Origin to (FB2065) D035K DEPOT SUPPLY, DDWG-ER- DLA CENTRAL RECEIVING, 455 BYRON ST, ROBINS AFB GA 31098, MARK FOR: ACCT 09 and (FB4835) WRM PREPOSITION PROG, SBSS SSOO GP WHSE PLZ FWD TO TTH, THUMRAIT SULTANATE OF OMAN, MARK FOR: YAW295. Vendors must be registered in Central Contractor Registration (www.ccr.gov) before award can be made. The quote format is at the discretion of the offeror. The quote must list the DUNS number, CAGE code and Federal TIN. If you need to obtain or renew a DUNS number of CAGE code, please visit http://www.ccr.gov/. All contractors doing business with the federal government must be registered in CCR. PROVISIONS/CLAUSES: The following clauses apply and may be accessed at http://farsite.hill.af.mil. 52.212-1 - Instructions to Offerors -Commercial; 52.212-1(c) - Period for acceptance of offers is changed to 120 days; 52.212-2 - Evaluation - Commercial Items-(Tailored) Total Estimated Price: In order to determine the total evaluated price to the Government of each offeror, the proposals will be evaluated for award purposes, based upon the total price proposed inclusive of all quantities including options; 52.212-3 - Offeror Representations and Certifications - Commercial Items (Offerors must submit information with their offers); 52.212-4 - Contract Terms and Conditions - Commercial Items (and any addenda to the provision as listed in this notice); 52.212-4(c) - Changes, Is Modified to read as follows: Changes in the terms and conditions of this contract may be made only by written agreement of the parties, except that unilateral amended shipping instructions (ASIs), f.o.b. origin; and other administrative changes incorporated into this contract apply; 52.212-5 - Contract Terms and Conditions Required to Implement Statutes or Executive Orders- Commercial Items; 52.232-33 - Payment by Electronic Funds Transfer-Central Contractor Registration; 252.204-7004-Required Central Contractor Registration; 252.212-7000 - Offeror Representations and Certifications-Commercial Items; 52.247-1 - Commercial Bill of Lading Notations; 52.247-32 - FOB Origin-Prepaid Freight; 52.247-52 - Clearance and Documentation Requirements; 5352.215-9017 -Notice to Prospective Suppliers; 5352.215-9018 - Additional Evaluation Factor for Consideration of Past Performance- Red-Yellow-Green Program (Equal to or Less Than $100K); 5352.247-9009 -Military Packaging and Marking ( Packaging: Mil Packing: B); 9952.247-9014 -Unilateral Amended Shipping Instructions (ASIs) (IAW JALC 9947.305-10(b)(90)); 52.217-7 - Option For Increased Quantity-Separately Priced Line Item; 52.223-11- Ozone-Depleting Substances; 5352.223-9000 -Elimination of Use of Class I Ozone Depleting Substances (ODSs); 9952.232-9002 - Transportation Appropriation Chargeable (JALC): TAA FRS6; 252.225-7001 - Buy American Act and Balance of Payment Program. DEADLINE: ALL RESPONSES MUST BE RECEIVED BY C.O.B. ON 5 AUG 2004. Send all proposals to Irma Adams, 295 Byron St, Robins AFB GA 31098-1611 or by facsimile to 478-222-1854 or by E-mail at irma.adams@robins.af.mil.
 
Place of Performance
Address: TO BE CITED IN AWARD DOCUMENT
 
Record
SN00629514-W 20040725/040723212234 (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.