Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MARCH 08, 2015 FBO #4852
MODIFICATION

28 -- Factory New Lycoming O-360-C4P Aircraft Engines

Notice Date
3/6/2015
 
Notice Type
Modification/Amendment
 
NAICS
336412 — Aircraft Engine and Engine Parts 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-15-0069
 
Archive Date
3/26/2015
 
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
The purpose of amnedment 001 to RFQ AG-6395-S-15-0069 is to provide core serial numbers and remove the requirment: "Engines will be pickeled before shipment" Core Serial numbers: L-39333-36A and L-41633-36E 1. This is a combined synopsis/solicitation for commercial supply- prepared in accordance with Federal Acquisition Regulation (FAR) Part 12, Part 13 and supplemental information included in this notice. This announcement constitutes the only solicitation; quotations are being requested and a written solicitation will not be issued. This combined synopsis/solicitation will result in a firm fixed price purchase order. 2. The solicitation number for this effort is AG-6395-S-15-0069 and this combined synopsis/solicitation is issued as a request for quotation (RFQ). 3. The provisions and clauses incorporated into this solicitation document are those in effect at the time of publication. Provisions and clauses incorporated by reference have the same force and effect as if they were given in full text. The full text of the Federal Acquisition Regulation (FAR) can be accessed on the Internet at http://farsite.hill.af.mil/ 4. Simplified procurement procedures will be used for this acquisition per Federal Acquisition Regulation (FAR) Part 13. This requirement is being offered as a Small Business Set-Aside. The NAICS code is 336412. The small business size standard is 1,000 employees. 5. This requirement is for the United States Department of Agriculture (USDA), Animal Plant Health Inspection Service (APHIS) Wildlife Service (WS) in Cedar City, UT to purchase two factory new Lycoming O-360 C4P aircraft engines. The Government will provide the contractor two serviceable cores. 6. REQUIREMENTS AND QUANTITIES: CLIN 001: Quantity (2) Factory New Lycoming O-360-C4P Aircraft engines Price per engine = _________ Total Price ____________ The engines shall meet the following minimum requirements: 1. Factory new production. 2. Comply with all pertinent AD's and mandatory service bulletins. 3. Test run after assembly for a minimum of 1 ½ hours. The engines shall include: 1. Magnetos, harness, spark plugs and starter. 2. Starter ring gear and carburetor. The vendor shall provide or have access to personnel, supervision, parts, equipment, tools and/or supplies to perform aircraft engine warranty work in accordance with the specifications. Parts: The vendor shall provide all parts, materials, and consumables associated with warranty work. Warranty: The vendor shall provide the Government with a minimum warranty of twelve (12) months from the delivery date of the aircraft engine. 7. The engines shall be delivered within 30 days FOB Destination to the following addresses: USDA APHIS WS ATOC 1223 North Airport Road Cedar City, UT 84721-8412 The cost of shipping the core engines to the vendor's facility will be the responsibility of the Government. 8. The provision at 52.212-1 Instructions to Offerors - Commercial (April 2014) applies to this solicitation. 9. Award will be made to the responsible offeror whose offer conforming to this combined synopsis/solicitation and is the lowest price technically acceptable quote. 10. The provision 52.212-3 Offeror Representations and Certifications - Commercial Items applies to this solicitation. The contractor shall either complete the on-line Offeror Representations and Certifications www.SAM.gov or return a completed copy of the Offeror Representations and Certifications with their quotation. 11. The clause at 52.212-4 Contract Terms and Conditions - Commercial Items applies to this acquisition. 12. The clause at 52.212-5 Contract Terms and Conditions Required To Implement Statutes Or Executive Orders Commercial Items (Dec 2014), applies to this acquisition. The following FAR clauses identified in FAR 52.212-5 are considered checked and are applicable to this acquisition; (4) 52.204-10, Reporting Executive compensation and First-Tier Subcontract Awards (Jul 2013) (Pub. L. 109-282) (31 U.S.C. 6101 note). (8) 52.209-6, Protecting the Government' Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (Aug 2013) (31 U.S.C. 6101 note). (10) 52.209-10, Prohibition on Contracting with Inverted Domestic Corporations (May 2012) (section 738 of Division C of Public Law 112-74, section 740 of Division C of Pub. L. 111- 117, section 743 of Division D of Pub. L. 111-8, and section 745 of Division D f Pub. L. 110-161). (14) (i) 52.219-6, Notice of Total Small Business Aside (Nov 2011) (15 U.S.C. 644).(ii) Alternate I (Nov 2011). (25) 52.222-3, Convict Labor (June 2003) (E.O. 11755). (26) 52.222-19, Child Labor-Cooperation with Authorities and Remedies (Jan 2014) (E.O. 13126). (28) 52.222-26, Equal Opportunity (Mar 2007) (E.O. 11246). (30) 52.222-36, Affirmative Action for Workers with Disabilities (Oct 2010) (29 U.S.C. 793). (39) 52.223-18, Encouraging Contractor Policies to Ban Text Messaging while Driving (Aug 2011). (40) 52.225-1, Buy American Act--Supplies (Feb 2009) (41 U.S.C. 10a-10d). (43) 52.225-13, Restrictions on Certain Foreign Purchases (Jun 2008) (E.O.'s, proclamations, and statutes administered by the Office of Foreign Assets Control of the Department of the Treasury). (49) 52.232-33, Payment by Electronic Funds Transfer-System for Award Management (Jul 2013) (31 U.S.C. 3332) AGAR 452.209 - 71 ASSURANCE REGARDING FELONY CONVICTION OR TAX DELINQUENT STATUS FOR CORPORATE APPLICANTS (a) This award is subject to the provisions contained in sections 738 and 739 of the Agriculture, Rural Development, Food and Drug Administration, and Related Agencies Appropriations Act, 2012, P.L. No. 112-55, Division A, as amended and/or subsequently enacted, regarding corporate felony convictions and corporate federal tax delinquencies. Accordingly, by accepting this award the contractor acknowledges that it - (1) does not have a tax delinquency, meaning that it is not subject to any unpaid Federal tax liability that has been assessed, for which all judicial and administrative remedies have been exhausted or have lapsed, and that is not being paid in a timely manner pursuant to an agreement with the authority responsible for collecting the tax liability, and (2) has not been convicted (or had an officer or agent acting on its behalf convicted) of a felony criminal violation under any Federal or State law within 24 months preceding the award, unless a suspending and debarring official of the United States Department of Agriculture has considered suspension or debarment of the awardee, or such officer or agent, based on these convictions and/or tax delinquencies and determined that suspension or debarment is not necessary to protect the interests of the Government. (b) If the awardee fails to comply with these provisions, APHIS may terminate this contract for default and may recover any funds the awardee has received in violation of sections 738 or 739, as amended and/or subsequently enacted. 13. To be awarded this purchase order, the offeror must be registered in the SAM.gov. SAM.gov information may be found at http://www.SAM.gov. 14. Quotations are due to the United States Department of Agriculture, Minneapolis Contracting Office, 100 North Sixth Street, Butler Square, 5th Floor, Minneapolis, MN 55403 by 01:30 PM CST, March 11, 2015. Quotes may be sent via e-mail to Jason.l.wilking@aphis.usda.gov, fax to 612-336-3550 or via mail. The point of contact for this combined synopsis solicitation is Jason Wilking who may be reached at Jason.l.wilking@aphis.usda.gov, or phone at 612-336-3210..
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USDA/APHIS/Contracting/AG-6395-S-15-0069/listing.html)
 
Place of Performance
Address: Ship to Address, USDA APHIS WS ATOC, 1223 North Airport Road, Cedar City, Utah, 84721, United States
Zip Code: 84721
 
Record
SN03660609-W 20150308/150306234803-bb31dde6ed84a452ec2b8f66471eefe4 (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.