Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JANUARY 21, 2007 FBO #1882
MODIFICATION

29 -- Procure Liner Assy, Combustor for the AGT 1500 Gas Turbine Engine, ATEAM, Kansas Army National Guard, Ft Riley, Kansas. (This Modification replaces the previous description.)

Notice Date
1/19/2007
 
Notice Type
Modification
 
NAICS
333618 — Other Engine Equipment Manufacturing
 
Contracting Office
USPFO for Kansas, 2737 South Kansas Avenue, Topeka, KS 66611-1170
 
ZIP Code
66611-1170
 
Solicitation Number
W912JC-07-R-4005
 
Response Due
1/31/2007
 
Archive Date
4/1/2007
 
Point of Contact
linda.ehrhart, 785-274-1542
 
E-Mail Address
USPFO for Kansas
(linda.ehrhart@ng.army.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
Simplified Acquisition Procedures will be utilized. This announcement constitutes a Request for Proposal W912JC-07-R-4005. This solicitation is for an Indefinite Delivery Indefinite Quantity (IDIQ) contract for the purchase of Liner Assy, Combustor, NSN: 2835-01-422-9131, Army P/N: 12286890-1, Honeywell P/N: 3-130-030-82, for one year with 2 option years. The contract shall c ontain an option for two additional one-year option periods to the contract. The estimated quantity is 150 each for the contracts base year, 200 each for option year one and 250 each for option year two. Minimum order quantity is 20 units per year. End item applicable is the AGT 1500 Gas Turbine Engine. This solicitation is restricted to source approved vendors of the U.S. Army Tank Command, Warren, MI., 48397-5000 and/or Honeywell Inc., Defense & Space, 1300 W. Warner Road, Templ e, AZ 85285-2200 and/or the design control activity (U.S. Army Tank Command) This source approval is required in order to maintain the quality of the part. Technical data is unavailable for this item/assembly. Technical information is proprietary to the O EM. Price must include freight charges. Shipping: Contractor will be responsible for F.O.B. Destination with deliveries to Advanced Turbine Engine Army Maintenance (A-TEAM) for Kansas Army National Guard, Bldg. 741, Ft Riley, KS. Contractor will also be responsible for any shipping incurred due to valid Quality Deficiency Return (QDR). Contractor shall be responsible to package parts in accordance with American Society for Testing and Materials (ASTM) D3951. Awarded contractor shall provide a Material I nspection and Receiving Report DD Form 250 with each item. The government will not provide tooling, test stands, or fixturing to support this contract. All tooling, stands, and fixtures shall be contractor furnished. Proposals shall be evaluated as Lowest Price Technically Acceptable to the government. Lowest price will be determined by adding each years individual base and option year prices and dividing by 3 (years). To be technically acceptable you must be a source approved vendor (see above) and determined responsible considering the contractors past performance record of providing this item/assembly under prior contracts. Offerors shall provide current evidence of source approval with the proposal. Offerors shal l submit with the proposal, a list of prior contracts for this item/assembly awarded within the last 3 years. The information shall include the contract number, dollar amount, and the point of contact with telephone number, for the issuing agency. The pro posal shall include pricing for the base year, option year one and two. In order to receive an award, registration is required in the Central Contractor Registration database at www.ccr.gov. This procurement is a small business set-aside. The NAICS code i s 333618. The small business size standard is 1,000 employees. This solicitation can also be found on our website www.ngks.net under solicitation W912JC-07- R-4005. This solicitation incorporates the provisions which are in effect through Federal Acquisit ion Circular 2005-14. All clauses and provisions as of the date of this notice apply to this solicitation. The provision at FAR 52.212-3, Offeror Representations and Certifications applies to this acquisition. A completed-signed copy of this provision s hall be submitted with any proposal. The clause at FAR 52.212-4, Contract Terms and Conditions applies to this acquisition. The clause at FAR 52.212-5, Contract terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items applie s to this acquisition. Under paragraph b, the following clauses are incorporated: 52.203-6, Restrictions on Subcontractor Sales to the Government, with Alternate I; 52.222-26, Equal Opportunity; 52.222-35, Affirmative Action for Disabled Veterans and Veter ans of the Vietnam Era; 52.222-36, Affirmative Action for Workers with Disabilities; 252.222-37, Employment Reports on Disabled Veterans; 52.225-3, Buy American Act-Supplies. The clause 52.232-33, Mandatory Information for Electronic Funds Transfer Payment applies to this solicitation. The clause at DFARS 252.212-7001, Contract Terms and C onditions Required to Implement Statutes to Defense Acquisition of Commercial Items is applicable to this acquisition. For technical questions please contact George Freyberger, (785) 239-8156 or e-mail george.freyberger@ng.army.mil. Any change in specifica tion shall be authorized only by the Contracting Officer and will be issued by written addendum. Notification of any change shall be made via the Kansas Contracting Office web site at www.ngks.net. Offers are due by 2 p.m., January 31, 2007. Either 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.villalobos1@us.army.mil. NOTE: THIS NOTICE WAS NOT POSTED TO FEDBIZOPPS ON THE DATE INDICATED IN THE NOTICE ITSELF (19-JAN-2007); HOWEVER, IT DID APPEAR IN THE FEDBIZOPPS FTP FEED ON THIS DATE. PLEASE CONTACT fbo.support@gsa.gov REGARDING THIS ISSUE.
 
Web Link
Link to FedBizOpps document.
(http://www.fbo.gov/spg/USA/NGB/DAHA14/W912JC-07-R-4005/listing.html)
 
Place of Performance
Address: USPFO for Kansas 2737 South Kansas Avenue, Topeka KS
Zip Code: 66611-1170
Country: US
 
Record
SN01215989-F 20070121/070119232908 (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.