Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 15, 2010 FBO #3217
SOLICITATION NOTICE

15 -- Helicopter Purchase - Specifications

Notice Date
9/13/2010
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
336411 — Aircraft Manufacturing
 
Contracting Office
Department of Agriculture, Animal and Plant Health Inspection Service, Administrative Services Division/Contracting, 100 North 6TH Street, Butler Square 5TH Floor, Minneapolis, Minnesota, 55403
 
ZIP Code
55403
 
Solicitation Number
AG-6395-S-10-0172
 
Point of Contact
Jason L Wilking, Phone: 612-336-3210
 
E-Mail Address
Jason.L.Wilking@aphis.usda.gov
(Jason.L.Wilking@aphis.usda.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
Specifications 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 along with Request for Quotations (RFQ) Number AG-6395-S-10-0172 constitutes the entire solicitation. Proposals and price quotations are being requested. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-43. This acquisition is a total small business set-aside. Responses are due on or before 1:30 pm Central, September 23, 2010. The North American Industry Classification System (NAICS) code is 336411 and the related small business size standard is 1500 employees or less. The USDA APHIS requires used Bell 206 Jet Ranger helicopter or equivalent aircraft with the salient characteristics/specifications (see attachment one). The Government price range is between $250,000.00 and $400,000.00 The following Federal Acquisition Regulation (FAR) clauses and provisions are applicable to this announcement and are available at www.arnet.gov: 52.212-1 Instructions to Offerors--Commercial Items; 52.212-2 Evaluation - Commercial Items, 52.212-4 Contract Terms and Conditions--Commercial Items; 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders--Commercial Items; 52.203-6 Restrictions on Subcontractor Sales to the Government Alternate I; 52.219-6 Notice of Total Small Business Set-Aside; 52.219-14, Limitations on Subcontracting; 52.222-3 Convict Labor; 52.222-21 Prohibition of Segregated Facilities; 52.222-26 Equal Opportunity; 52.222-35 Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans; 52.222-36 Affirmative Action for Workers with Disabilities; 52.222-37 Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans; 52,232-33 Payment by Electronic Funds Transfer-Central Contractor Registration and 52.245-2 Government Property (Fixed-Price Contracts). Evaluation of Commercial Items will be in accordance with FAR provision 52.212-2. Proposals will be reviewed to determine which one represents the best value, price and other factors considered. Award will not necessarily be made to the lowest priced offeror, but rather the one that offers the best value to the USDA in terms of the following evaluation criteria: 1.Techincal: a. proposed aircraft airworthiness, including but not limted to total hours and hours since new or complete rebuild; b. Engine time since new or rebuild.; c) Aircraft operational history; d) general appearance. 2. Past performance: Aircraft operational history and safety record. 3). Price. Technical and Past performance when combined are equal in relation to price. Although price will be a factor in the award decision, the award may not necessarily be made to that offeror submitting the lowest price. All proposal information and quotation shall be submitted no later than 1:30 p.m., CST, September 23, 2010, and be clearly marked with Request for Quotation Number AG-6395S-10-0172. Offerors are hereby notified that if your quotation is not received by the date/time and at the location specified in this announcement that it will be considered late. All offers may be faxed (fax number 612-336-3550), emailed to jason.l.wilking@aphis.usda.gov or mailed to USDA APHIS MRPBS ASD, Butler Square West, 100 North 6th Street, Minneapolis, MN 55403. Quotes should contain Completed copy of the FAR provision at 52.212-3, Offeror Representations and Certifications--Commercial Items. The Point of Contact for this requirement is Jason Wilking, Contract Specialist, at (612) 336-3210.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USDA/APHIS/Contracting/AG-6395-S-10-0172/listing.html)
 
Place of Performance
Address: TBD, United States
 
Record
SN02279106-W 20100915/100913235249-e0078fdaff49f1be2e92adc01f94205c (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.