Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 05, 2006 FBO #1621
SOLICITATION NOTICE

16 -- OH-58 Pilot or Co-Pilot Seat Cushions system AWR Certified

Notice Date
5/3/2006
 
Notice Type
Solicitation Notice
 
NAICS
336413 — Other Aircraft Parts and Auxiliary Equipment Manufacturing
 
Contracting Office
USPFO for Missouri, 7101 Military Circle, Jefferson City, MO 65101-1200
 
ZIP Code
65101-1200
 
Solicitation Number
W912NS06T0048
 
Response Due
5/16/2006
 
Archive Date
7/15/2006
 
Small Business Set-Aside
Total Small Business
 
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 solicitation is being posted in accordance with FAC 05-08 as a small business set-aside procurement under NAICS 336413. OH-58 pilot or co-pilot seat cushion system AWR certified. I t is requested that interested contractors email the announcement point of contact, Rhonda Wilson at rhonda.wilson@us.army.mil, for a complete copy of the solicitation. No telephone calls please. The following provisions and clauses are applicable to thi s solicitation/award: 52.204-7 Central Contractor Registration; 52.212-1 Instructions to Offerors--Commercial Items; 52.212-4 Contract Terms and Conditions--Commercial Items; 52.252-1 Solicitation Provisions Incorporated By Reference; 252.204-7004 Alt A C entral Contractor Registration (52.204-7) Alternate A; 52.212-2 Evaluation--commercial Items (a) The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advant ageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: Technical capability of item offered to meet the Governments requirement; past performance of vendor (experience), price and delivery dat e. If vendor is new to this agency, may be required to submit past performance references with your bid. This will be awarded on a best value basis. Technical, past performance and delivery date, when combined are equal to price, evaluation factors in determining best value. (b) Options. The Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. The Government may determine that an offer is unacceptable if the option pri ces are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the option(s). (c) A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for accept ance specified in the offer, shall result in a binding contract without further action by either party. Before the offer's specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. 52.212-3 Offeror Representations and Certifications--Commercial Items (vendor must complete printed copy and submit with quote); 52.212-5 Contract Terms and Conditions Required to Imp lement Statues or Executive Orders--Commercial Items (a)(1)(2)(b)(5)(i)(14)(15)(16)(17)(31) or (33); 252.225-7001 Buy American Act and Balance of Payment Program.
 
Place of Performance
Address: USPFO for Missouri 7101 Military Circle, Jefferson City MO
Zip Code: 65101-1200
Country: US
 
Record
SN01040097-W 20060505/060503220829 (fbodaily.com)
 
Source
FedBizOpps 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.