Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF NOVEMBER 24, 2005 FBO #1459
SOLICITATION NOTICE

28 -- ID-IQ type contract for repair of the 3rd Stage HPC Disks ARMY P/N 12286240 Honeywell P/N 3-150-007-13 and 4th Stage HPC Disks ARMY P/N 12286241 Honeywell P/N 3-105-008-03 of the AGT-1500 for one base year with 2 one-year options.

Notice Date
11/22/2005
 
Notice Type
Solicitation Notice
 
NAICS
811310 — Commercial and Industrial Machinery and Equipment (except Automotive and Electronic) Repair and Maintenance
 
Contracting Office
USPFO for Kansas, 2737 South Kansas Avenue, Topeka, KS 66611-1170
 
ZIP Code
66611-1170
 
Solicitation Number
W912JC-06-R-4003
 
Response Due
12/14/2005
 
Archive Date
2/12/2006
 
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 requirement is for an ID-IQ type contract for repair of the 3rd Stage HPC Disks ARMY P/N 12286240 Honeywell P/N 3-150-007-13 and 4th Stage HPC Disks ARMY P/N 12286241 Honeywell P/N 3 -105-008-03 of the AGT-1500 for one base year with 2 one-year options. There is an estimated maximum qty of 100ea. 1st contract year; 150 ea. 2nd option year; 200 ea. 3rd option year with a minimum qty of 20 ea. per year. Shipping will be FOB Destination with deliveries to Advance Turbine Engine Army Maintenance (ATEAM), Bldg. 741, Ft. Riley, KS. Award will be based on Best Value. The Best Value is the most advantageous offer, price and other factors considered, and consistent with the Governments sta ted importance of evaluation criteria as outlined in the Statement of Work. This may result in award being made to a higher-rated, higher priced offeror where the Contracting Officer determines that an offerors past performance and technical qualificatio ns of the higher priced offeror outweigh the cost difference. Evaluation factors of Past Performance and Technical considerations (including delivery schedule) when combined are approximately equal to cost or price. See Statement of Work for evaluation c riteria. Contractor shall have quality control processes reviewed and certified by an external agency, such as certification to ISO (International Organization for Standardization), NADCAP (National Aerospace and Defense Contractors Accreditation Program) , or equivalent quality assurance review processes. In the absence of an external certification, proof of registration as a FAA repair station is acceptable. Contractor must submit evidence of ISO certification, NADCAP certification, or equivalent qualit y assurance processes. In order to receive an award for this contract, you must register in the Central Contractor Registration. You may register at WWW.CCR.GOV. All responsible sources may submit an offer, which shall be considered by the Agency. Soli citation W912JC-06-R-4003 is issued as an RFP. This is a solicitation document and incorporates provisions in effect through Federal Acquisition Circular 2005-06. NAICS code is 811310. The provision at FAR 52.212-3, Offeror Representations and Certifica tions (3/2005) applies to this acquisition. A completed-signed copy of this provision shall be submitted with any proposal. The clause at FAR 52.212-4, Contract Terms and Conditions (9/2005) applies to this acquisition. The clause at FAR 52.212-5, Contr act terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (9/2005) applies to this acquisition. Under paragraph b, the following clauses are incorporated: 52.203-6, Restrictions on Subcontractor Sales to the Government ( 7/1995), with Alternate I; 52.222-26 (4/2002), Equal Opportunity; 52.222-35, Affirmative Action for Disabled Veterans and Veterans of the Vietnam Era (12/2001); 52.222-36 Affirmative Action for Workers with Disabilities (6/1998); Evaluation factors of Past Performance and Technical considerations (including delivery schedule) when combined are approximately equal to cost or price. 52.222-37, Employment Reports on Disabled Veterans (12/2001); 52.225-3, Buy American Act-Supplies (1/2005). The clause 52.232-3 3, Mandatory Information for Electronic Funds Transfer Payment (10/2003) applies to this solicitation. The clause at DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statutes to Defense Acquisition of Commercial Items (9/2005), is a pplicable to this acquisition. For technical questions please contact Leon D. Bryson, (785) 239-8156 or e-mail leon.bryson@ng.army.mil. Offers are due by 2 p. m. CST, DECEMBER 14, 2005 via e-mail, fax, or mail. Mail to the Contracting Officer, USPFO for Kansas, 2737 S. Kansas Ave., Topeka, KS 66611-1170 or fax to (785) 274-1642 Attn.: Mr. Adam Villalobos; or e-mail to: adam.villalobos@ng.army.mil.
 
Place of Performance
Address: USPFO for Kansas 2737 South Kansas Avenue, Topeka KS
Zip Code: 66611-1170
Country: US
 
Record
SN00936351-W 20051124/051122212136 (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.