SOLICITATION NOTICE
28 -- Pratt & Whitney R985-14B, Brand name or equal - Aircraft Engine
- Notice Date
- 6/1/2011
- Notice Type
- Combined Synopsis/Solicitation
- Contracting Office
- NBC, ACQUISITION SERVICES DIVISION, BOISE BRANCH 300 E. MALLARD DR., STE 200 BOISE ID 83706
- ZIP Code
- 83706
- Solicitation Number
- D11PS31242
- Response Due
- 6/6/2011
- Archive Date
- 5/31/2012
- Point of Contact
- JAMES MARVIN Contracting Officer 2084335064 James_A_Marvin@nbc.gov;
- E-Mail Address
-
Point of Contact above, or if none listed, contact the IDEAS EC HELP DESK for assistance
(EC_helpdesk@NBC.GOV)
- Small Business Set-Aside
- Total Small Business
- Description
- This is a combined synopsis/solicitation for commercial items prepared in accordance with the format prescribe in FAR 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 document and provisions and clauses are those in effect thru Federal Acquisition Circular 2005-50. It is the intent of the Department of the Interior to purchase Brand Name or Equivalent equipment using commercial practices. This is a reissue of solicitation D11PS31232 due to a change in the Government's requirements. SOLICITATION is for a fixed-price Commercial Item in accordance with the Federal Acquisition Regulation (FAR) Subparts 12.6 and 13.105. Provisions and clauses are incorporated by reference and are those in effect through the Federal Acquisition Circular (FAC) 2005-50. Proposals will be accepted from any qualified and responsible offeror who can meet the requirement. A single, best-value award will be made based on total price, delivery date, warranty, and past performance. Proposals will be accepted by fax to 208-433-5030 or email to James_A_Marvin@nbc.gov. Questions are to be emailed to Jim Marvin. REQUIREMENT: Pratt & Whitney R985-14B, Brand name or equal - Aircraft Engine for installation in a DeHavilland DHC-2MK 1 Beaver Aircraft. SOLICITATION NAIC CODE is 336412 Aircraft engine and engine parts manufacturing - Size standard 1000 employees DELIVERY LOCATION - Anchorage, AK. DELIVERY DATE - June 17, 2011. INTERESTED OFFERORS RESPONSE SHALL INCLUDE: ENGINE COST: Firm Fixed Price: Engine model must be certified by the Federal Aviation Administration for installation on the DeHavilland DHC-2MK 1 Beaver Aircraft and include FAA-8130-3 or equivalent documentation. Cost for Shipping Container: ESTIMATED DELIVERY COST: of engine to Anchorage, Alaska and core return. Actual shipping cost will be reimbursed. MAXIMUM CORE CHARGE: (CORE EXCHANGE: Final core credit will be determined pending a tear-down inspection. Engine core that will be exchanged had internal failure. Piston connecting rods, (2 each) are broken.) THE FOLLOWING FAR CLAUSES APPLY TO THIS SOLICITATION. Offerors may obtain full text versions of these provisions and clauses electronically at https://www.acquisition.gov/Far/. FAR 52.204-07 Central Contractor Registration (APR 2008), 52.211-6 Brand Name or Equal (AUG 1999), FAR 52.212-1 Instructions to Offerors-Commercial Items (JUN 2008), FAR 52.212-2 Evaluation-Commercial Items (JAN 1999), Evaluation factors are Past Performance, Delivery (ability to meet required delivery schedule), and Price. FAR 52.212-3 (APR 2011) Offeror Representations and Certifications-Commercial Items, include a completed copy of this provision with your offer, FAR 52.212-4 Contract Terms and Conditions-Commercial Items (JUN 2010), FAR 52.212-5 Contract Terms and Conditions Required to Implement Statues or Executive Orders, Commercial Items (APR 2011). The following clauses listed in 52.212-5 are incorporated: 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards (Jul 2010) (Pub. L. 109-282) (31 U.S.C. 6101 note); 52.219-28, Post Award Small Business Program Rerepresentation (Apr 2009) (15 U.S.C. 632(a)(2)); 52.222-3, Convict Labor (June 2003) (E.O. 11755); 52.222-19, Child Labor-Cooperation with Authorities and Remedies (Jul 2010) (E.O. 13126); 52.222-21, Prohibition of Segregated Facilities (Feb 1999); 52.222-26, Equal Opportunity (Mar 2007) (E.O. 11246); 52.222-36, Affirmative Action for Workers with Disabilities (Oct 2010) (29 U.S.C. 793); 52.223-18, Contractor Policy to Ban Text Messaging While Driving (Sep 2010) (E.O. 13513); 52.225-13, Restrictions on Certain Foreign Purchases (June 2008) (E.O.'s, proclamations, and statutes administered by the Office of Foreign Assets Control of the Department of the Treasury); 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration (Oct 2003) (31 U.S.C. 3332). THE FOLLOWING DEPARTMENT OF THE INTERIOR (DOI) CLAUSES APPLY TO THIS SOLICITATION. Offerors may obtain full text versions of these provisions and clauses electronically at http://www.doi.gov/pam/pamareg.html. 1452.210-70 Brand Name or Equal (JUL 1996); 1452.215-71 Use and Disclosure of Proposal Information (APR 1984).
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/620687c32fc5c4659c52b0c652468aa0)
- Record
- SN02461371-W 20110603/110601234732-620687c32fc5c4659c52b0c652468aa0 (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 |