SOLICITATION NOTICE
16 -- AUXILIARY POWER UNIT(APU) GENERATOR
- Notice Date
- 6/3/2008
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 336413
— Other Aircraft Parts and Auxiliary Equipment Manufacturing
- Contracting Office
- Other Defense Agencies, U.S. Special Operations Command, Technical Applications Contracting Office (TAKO), ATTN: AMSAM-TASO-K, Lee Boulevard, Building 401, Fort Eustis, Virginia, 23604-5577
- ZIP Code
- 23604-5577
- Solicitation Number
- AV7P6064-APU08
- Response Due
- 6/10/2008
- Archive Date
- 6/25/2008
- Point of Contact
- Al J Elder, Phone: 757-878-0730 ext. 247, Sharon A. Gayle,, Phone: 757-878-0730 X 246
- E-Mail Address
-
al.j.elder@us.army.mil, sharon.gayle@us.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 the Federal Acquisition Regulation (FAR) Subpart 12.6, as supplemented with additional information included in this notice. The Government intends to procure 11 Each Auxiliary Power Unit (APU) Generators, P/N 28B508-1B for the MH-60M Aircraft with delivery to SOF-SA Bldg 195, 5749 Briar Hill Rd Lexington, KY 40156-9723, Mark for MH60M, W80N5C. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. This solicitation is being issued as a Request for Quote (RFQ) using Simplified Acquisition Procedures under the test program for certain commercial items found at FAR Part 13.5. This solicitation document and incorporated provisions ands clauses are those in effect through Federal Acquisition Circular (FAC) 2005-25, Effective 22 May 2008 and Defense Federal Acquisition Regulation Supplement, Defense Change Notice (DCN) 20080513. The NAICS code is 336413 and the small business size standard is 1000. This RFQ does not provide for full and open competition. Justification for Other than Full and Open Competition is FAR 6.302-1, Only one responsible source and no other supplies or services will satisfy agency equirements, under Authority 10 U.S.C. 2304(c)(1). The intended source is Honeywell International, Inc. Technical data (engineering drawings and/or specifications) is not available. Only Honeywell International, Inc. has the capability to provide this subscription. The estimated delivery is approximately 10 monthes from receipt of order. FOB: Origin ; Inspection/ Acceptance: Destination by Government Official. Required delivery is March 2009. The following provisions and clauses apply to this acquisition: The provision at FAR 52.212-1, Instructions to Offerors--Commercial Items. Offers shall be evaluated on a technically acceptable, low offer basis. The clause at 52.212-2, Evaluation Commercial Items. The provision at FAR 52.212-3, Offeror Representations and Certifications -- Commercial Items, and the offeror must ensure a completed ORCA is available for download. The clause at FAR 52.212-4, Contract Terms and Conditions-Commercial Items; FAR 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders--Commercial Items. Specifically, the following clauses cited are applicable to this solicitation: FAR 52.222-26, Equal Opportunity; FAR 52.211-14, Notice of Priority Rating for National Defense Use, FAR 52.211-15, Defense Priority and Allocation Requirements, FAR 52.222-35, Affirmative Action for Disabled Veterans and Veterans of the Vietnam Era; FAR 52.222-36, Affirmative Action for Handicapped Workers; FAR 52.222-37, Employment Reports on Disabled Veterans and Veterans of the Vietnam Era. The clause at FAR 52.232-33, Payment by Electronic Funds-Central Contractor Registration. The clause at DFARS 252.204-7004, Required Central Contractor Registration; DFARS 252.211-7003, Item Identification and Valuation; DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statues or Executive Orders; DFARS 252.225-7001, Buy American Act and Balance of Payment Program. All firms must be registered in the Central Contractor Registration database @ www.ccr.gov. The above provisions and clauses can be found at http://farsite.hill.af.mil. The Defense Priorities and Allocation Systems (DPAS) assigned rating for this procurement is DO-A1. There are no numbered notes applicable. This announcement will close and quotes are due by 12:00 PM (EST) 10 June, 2008. Signed and dated offers, to include a complete listing of all items, must be submitted to US Special Operations Command, Technology Applications Contracting Office, Attn: Al Elder, Bldg 401 Lee Blvd, Ft. Eusits, VA 23604. Responsible sources may submit a bid, proposal, or quote which shall be considered. Offers may be submitted via mail or facsimile. POC: Al Elder at 757-878-0730 x247, fax 757-878-0728, or e-mail al.j.elder@us.army.mil.
- Web Link
-
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=65001a6a6295351a6572863faa20ecfa&tab=core&_cview=1)
- Place of Performance
- Address: Technology Applications Program Office, Bldg 401, Lee Blvd, FT Eustis, Virginia, 23604, United States
- Zip Code: 23604
- Zip Code: 23604
- Record
- SN01585982-W 20080605/080603220615-65001a6a6295351a6572863faa20ecfa (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 |