SOLICITATION NOTICE
66 -- ATTITUDE INDICATOR PART NUMBER 501-1804-01
- Notice Date
- 8/25/2010
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 423860
— Transportation Equipment and Supplies (except Motor Vehicle) Merchant Wholesalers
- Contracting Office
- Department of Commerce, National Oceanic and Atmospheric Administration (NOAA), Eastern Region Acquisition Division-KC, 601 East 12th Street, Room 1756, Kansas City, Missouri, 64106, United States
- ZIP Code
- 64106
- Solicitation Number
- WC133M-10-RQ-1391
- Archive Date
- 9/16/2010
- Point of Contact
- Sharon Clisso, Phone: 816-426-7471
- E-Mail Address
-
Sharon.Clisso@noaa.gov
(Sharon.Clisso@noaa.gov)
- Small Business Set-Aside
- Total Small Business
- Description
- This is a combined synopsis/solicitation for commercial items prepared and processed in accordance with The Federal Acquisition Streamlining Act of 1994 (Title Viii, PL 103-355) as implemented at Federal Acquisition Regulations (FAR) Part 12.102 and FAR Subpart 13.106-1(b)(1) as supplemented with additional information included in this notice. This is a solicitation from the U. S. Department of Commerce (DOC), National Oceanic and Atmospheric Administration (NOAA), Eastern Acquisition Division - Kansas City Office. The requirement is for supplying one (1) attitude indicator manufactured by L-3 Communications Avionics Systems, Inc., Part Number 501-1804-01, Model AI-803CK to be used on the WP-3D aircraft N44RF located at the NOAA Aircraft Operations Center (AOC), MacDill AFB, Tampa, FL. The use of the brand name "L-3 Communications Avionics Systems, Inc." attitude indicator is essential to the Government's requirements, hereby precluding consideration of a product manufactured by another company. Using this brand of attitude indicator provides for standardization for the NOAA WP-3D aircraft. Using a different brand in the N44RF aircraft would cause additional inventory for spares, it would cause the pilots to need additional training to use a different type of attitude indicator, and the wiring in the aircraft would have to be changed. Written offers are being requested. A hardcopy written RFQ will not be issued. Offers are to be sent to Sharon.Clisso@noaa.gov or faxed to 816-274-6922. DOC, NOAA, Eastern Acquisition Division - Kansas City Office requires that all contractors doing business with this office be registered with the Central Contractor Registry (CCR). No award can be made to a company not registered in CCR. For additional information and to register in CCR please access the following web site: http://www.ccr.gov. In order to register, all offerors must have a Dunn & Bradstreet Number. A Dunn & Bradstreet number may be acquired free of charge by contacting Dunn & Bradstreet on-line at http://www.dnb.com/eupdate or by phone at (800) 333-0505. All contractors are also required to complete online Representations and Certifications at http://ORCA.BPN.GOV. This notice is hereby issued as RFQ WC133M-10-RQ-1391. This RFQ and the following incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-44. CLAUSES AND PROVISIONS The FAR and CAR clauses incorporated into this acquisition are: 52.212-1 Instructions to Offerors - Commercial Items (JUN 2008) 52.212-3 Offeror Representations and Certifications Commercial Items (AUG 2009) 52.212-4 Contract Terms and Conditions (JUN 2010) 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (JUL2010), Section (b) (9)(i), (19), (20), (21), (22), (23), (24), (34), and (39). 52.247-29 F.O.B. Origin (FEB 2006) 1352.201-70 Contracting Officer's Authority (APR 2010) 1352.209-73 Compliance with the Laws (APR 2010) 1352.209-74 Organization Conflict of Interest (APR 2010) 1352.246-70 Place of Acceptance (APR 2010) (DOC/NOAA/AOC, MacDill AFB, FL) FAR clauses and provisions are available on the internet website: https://www.acquisition.gov/far. CAR clauses and provisions are available on the internet website: http://oamweb.osec.doc.gov/docs/DOC_Local_Clauses_PM2000-03A2.pdf PRICE/QUOTE: This is an order for commercial supplies. The line items shall be quoted and completed in accordance with the terms and conditions specified herein. Prices quoted for the contract line items shall be firm-fixed price inclusive of all costs. The attitude indicator is to be delivered to the Aircraft Operations Center, 7917 Hangar Loop Drive, Hangar 5, MacDill AFB, FL 33621-5401. The recommended delivery date of Line Item 0001 to NOAA/AOC is no later than 126 calendar days after receipt of the order. The Government reserves the right to award under either the recommended delivery schedule or the proposed delivery schedule, when an offeror offers an earlier delivery schedule than 126 calendar days after receipt of the order. If the offeror proposes no other delivery schedule, the recommended delivery schedule of 126 calendar days after receipt of the order will apply. LINE ITEM 0001: L-3 COMMUNICATIONS AVIONICS SYSTEMS, INC. BRAND ATTITUDE INDICATOR, PART NUMBER: 501-1804-01, MODEL AI-803CK Quantity: 1 Unit: EA Unit Price: $_______ Amount: $_______ LINE ITEM 0002: SHIPPING AND HANDLING FOR ATTITUDE INDICATOR TO BE DELIVERED TO THE AIRCRAFT OPERATIONS CENTER, MACDILL AFB, FL. Quantity: 1 Unit: EA Unit Price: $_______ Amount: $_______
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DOC/NOAA/CASC/WC133M-10-RQ-1391/listing.html)
- Place of Performance
- Address: Contractor's facility, United States
- Record
- SN02254451-W 20100827/100825235418-bc0f36e28c14f0e1368c256e00b21703 (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 |