Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF AUGUST 19, 2016 FBO #5383
MODIFICATION

16 -- Teledyne Continental Factory Remanufactured Aircraft Engines - Amendment 2

Notice Date
8/17/2016
 
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/Purchasing, 100 North 6TH Street, Butler Square, 5TH Floor, Minneapolis, Minnesota, 55403, United States
 
ZIP Code
55403
 
Solicitation Number
AG-6395-S-16-0194
 
Archive Date
9/8/2016
 
Point of Contact
Lisa A Draves, Phone: 612-336-3364
 
E-Mail Address
lisa.a.draves@aphis.usda.gov
(lisa.a.draves@aphis.usda.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
Amendment 0002 (i) 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 constitutes the only solicitation; quotations are being requested and a written solicitation will not be issued. (ii) The solicitation number for this effort is AG-6395-S-16-0194. This solicitation is issued as a request for quotation (RFQ). The Government intends to award a firm-fixed-price commercial contract. (iii) The solicitation document and incorporated provisions are those in effect through Federal Acquisition Circular 2005-89, effective July 14, 2016. Provisions and clauses incorporated by reference have the same force and effect as if they were given in full text. The full text of a clause or provision can be accessed electronically at http://farsite.hill.af.mil/ (iv) This is a total small business set-aside. The appropriate NAICS code is 336412 with a small business size standard of 1,500 employees. A Wholesale Trade or Retail Trade business concern submitting an offer or a quote on a supply acquisition is categorized as a nonmanufacturer and deemed small if it has 500 or fewer employees and meets the requirements of 13 CFR 121.406. (v) Contract line item number(s) and items, quantities and units of measure: 0001: Basic Requirement: Teledyne Continental Factory Remanufactured Aircraft Engine Model/Series IO-520F12B, 24 Volt, Mechanical Tach, 9.82 inch oil cooler. Includes trade-in of serviceable IO-520F core engine. Aircraft N9583M, core serial number 1007327. Qty: 1 Unit of Measure: EA 0002: Option Item: Teledyne Continental Factory Remanufactured Aircraft Engine Model/Series IO-520F12B, 24 Volt, Mechanical Tach, 9.82 inch oil cooler. Includes trade-in of serviceable IO-520F core engine. Aircraft N5411X, core serial number 1006516. Qty: 1 Unit of Measure: EA 0003: Option Item: Teledyne Continental Factory Remanufactured Aircraft Engine Model/Series IO-520F13K, 24 Volt, Mechanical Tach, 8.88 inch oil cooler. Includes trade-in of serviceable IO-0520F core engine. Aircraft N9935R, core serial number 1006179. Qty: 1 Unit of Measure: EA (vi) Description of requirements of items to be acquired: Teledyne Continental Factory Remanufactured Aircraft Engine Models IO-520F12B and IO-520F13K. Includes trade-in of a IO-520F core engine with each engine ordered. The Government shall make trade-in core engines available for shipment within 30 days following delivery, inspection, and acceptance of engines ordered. Contractor shall provide FAA Form 8310-3 Airworthiness Approval tag on each engine and Continental Engine Component Information Sheet with each engine. "P.C. 508" shall be inscribed on each engine data plate, and "Production Certificate 508" shall be printed on the logbook entry/sticker for each engine. (vii) Date(s) and place(s) of delivery and acceptance at FOB point: Delivery within 30 days to: APHIS-PPQ-FO, Aircraft & Equipment Operations, 22675 N. Moorefield Rd., Bldg 6430, Edinburg, TX 78541-5033. FOB Destination. The Contractor is responsible for all costs associated with delivery, including delivery of the trade-in core engines to the contractor's facility. Quoters are advised to review clause 52.217-7 Option for Increased Quantity -- Separately Priced Line Item. (viii) The provision 52.212-1, Instructions to Offerors - Commercial, applies with the following addendum: Paragraph (b) Submission of quotations, is revised to read as follows: QUOTES MUST INCLUDE THE FOLLOWING: 1. Cover page referencing the solicitation number, company name, address, point of contact, and DUNS number. 2. A Unit Price for each item (0001 - 0003). Unit Price shall include all costs associated with furnishing and delivering all materials (including trade-in core engines) and for performing all work required under the contract in a complete and acceptable manner. 3. Copy of the quoter's standard commercial warranty (if applicable). Quoters shall offer the Government at least the same warranty terms offered to the general public in customary commercial practice, provided such warranty is available at no additional cost to the Government. 4. Acknowledgement of Amendments (if applicable) Submit quotations by email to lisa.a.draves@aphis.usda.gov. (ix) Quotations will be evaluated in accordance with FAR Subpart 13.106-2, Evaluation of Quotations or Offers. Award will be made to the responsible offeror whose quote conforming to the solicitation is the lowest priced brand name product. Evaluation of Options: The Government will evaluate quotations for award purposes by adding the total price for all option line items to the total price for the basic requirement. The Government may determine that a quote is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the option(s). (x) The provision 52.212-3, Offeror Representations and Certifications - Commercial Items applies. Quoters shall complete online representations and certifications in the System for Awards Management (SAM) at www.sam.gov prior to specified response date/time. (xi) The clause 52.212-4, Contract Terms and Conditions - Commercial Items, applies with the following addendum: Paragraph (g) Invoices, is revised to include the following statement: All invoices shall be submitted through the Invoice Processing Platform (IPP) at www.ipp.gov. IPP is a secure, web‐based service that manages government invoicing. (xii) Clause 52.212-5, Contract Terms and Conditions Required To Implement Statues or Executive Orders - Commercial Items, applies to the acquisition. The following clauses are checked as applicable (paragraph b): 52.204-10, Reporting Executive compensation and First-Tier Subcontract Awards 52.209-6, Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment 52.219-6, Notice of Total Small Business Aside 52.219-28, Post Award Small Business Program Rerepresentation 52.222-3, Convict Labor 52.222-19, Child Labor-Cooperation with Authorities and Remedies 52.222-21, Prohibition of Segregated Facilities 52.222-26, Equal Opportunity 52.222-50, Combating Trafficking in Persons 52.223-11, Ozone-Depleting Substances and High Global Warming Potential Hydrofluorocarbons 52.223-18, Encouraging Contractor Policies to Ban Text Messaging while Driving 52.223-20, Aerosols 52.225-1, Buy American-Supplies 52.225-13, Restrictions on Certain Foreign 52.232-33, Payment by Electronic Funds Transfer- System for Award Management (xiii) Other contract requirement(s) or terms and conditions: 52.204-16, Commercial and Government Entity Code Reporting 52.204-17, Ownership or Control of Offeror 52.204-20, Predecessor of Offeror 52.204-18, Commercial and Government Entity Code Maintenance 52.232-40, Providing Accelerated Payments to Small Business Subcontractors 52.217-7 Option for Increased Quantity -- Separately Priced Line Item (Mar 1989) (a) The Government may require the delivery of the numbered line item (0002 and 0003), identified in the Schedule as option items, in the quantity and at the price stated in the Schedule. (b) The Contracting Officer may exercise the option line items by written notice to the Contractor at any time during the contract period and within 30 days prior to the contract end date of December 31, 2017. (c) Delivery of option items 0002 and 0003 shall be made within 30 days upon receipt of notice, unless the parties otherwise agree. (d) Exercise of any option line items (0002 and 0003) shall be evidenced on a Standard Form 30, citing this paragraph as the authority for exercising the option(s). An option shall be considered to have been exercised: (1) at the time the Government transmits written notification to the Contractor if the transmission is by fax, email, or other electronic means; or (2) at the time the Government deposits the notification in the mail. The following delivery date ranges are anticipated for option items 0002 and 0003 if options are exercised: 0002 (Engine Model/Series IO-520F12B): Between November 15, 2016 - December 15, 2016 0003 (Engine Model/Series IO-520F13K): Between June 15, 2017 - October 15, 2017. (xiv) Please submit questions concerning this solicitation by email to Lisa Draves at lisa.a.draves@aphis.usda.gov. Quoters must be registered in the System for Award Management (SAM) no later than the solicitation response date/time. If the quoter does not become registered in the SAM database by the time prescribed, the Government may proceed to the next otherwise successful quoter. Quoters are responsible for ensuring completeness of quotations. The Government may evaluate solely on the information provided in the quotation. Quotations that reject the terms of the solicitation may be excluded from consideration. Alternate Pricing Schedules will not be considered. Quotations must include a price for all items in the solicitation to be eligible for award. The Government will award on an "All or None" basis. USDA is an agency of the Federal Government, Tax-Exempt. Federal Tax ID No. 41-066271.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USDA/APHIS/Purchasing/AG-6395-S-16-0194/listing.html)
 
Record
SN04228297-W 20160819/160817235202-57eebe4ffcf0b0d252f841e625fa4091 (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.