|
COMMERCE BUSINESS DAILY ISSUE OF APRIL 8,1997 PSA#1819U.S. Army Aviation and Troop Command, 4300 Goodfellow Blvd, St Louis,
MO 63120-1798 25 -- FILLER NECK SOL DAAJ09-97-Q-LA26 DUE 041897 POC Lorine
Anderson-Samuel, Procurement Technician, 314-263-0789, fax 314-
263-0564. THIS IS A COMBINED SYNOPSIS/SOLICITATION RESTRICTED TO Shaw
Aero Devices Inc, 12291 Towne Lake Drive, Fort Myers, FL 33913 FSCM:
(99321), Aeroquip Corp, Aerospace Group, 300 S. East Ave, Jackson, MI
49203-1972 (FSCM: 00624), and McDonnell Douglas Helicopter, 5000 E.
McDowell Rd, Mesa, AZ 85215-9797 (FSCM: 8V613). Item Number 0001AA, 200
each, NSN: 2590-01-263-9853, P/N: 7-311642122, applicable to the AH-64
Aircraft. Inspection and Acceptance at Origin Inspection Requirements:
52.246-2 and 52.246-11, ANSI/ASQC Q9002 (ISO 9002) or equivalent. FOB
Point: Destination to XU Transportation Officer, DDSP New Cumberland
Facility, Bldg Mission Door 113 134, New Cumberland, PA 17070-5001 (78
each) and XU Trans Ofc, Red River Army Depot, Texarkana, TX 75507-5000
(122 each). The required delivery date is 180 days after receipt of
order. Level of Preservation/Packing A/B/Packaging -- Items shall be
packaged as coded below. Refer to MIL-STD-2073-2 for code guidance
only. MP/I: 20, CD/II: 1, PM/III: 00, WM/IV: 00,CD/V: NA, CT/VI: X,
UC/VII: E0, IC/VII: 00, LOP: A, QUP: 001, ICQ: 000. Packing -- Items
packaged as above shall be packed code F. Refer to MIL-STD, table IX
for code guidance only. Marking of shipments: The contractor shall mark
all shipments under this contract in accordance with ASTM D 3951-95
Paragraph 5.1.6.3, "Government Marking Requirements". This acquisition
is subject to availability of funds. Procurement History: Award Date,
97 Feb 27, Quantity, 70 each, $298.00 each, Contractor, Shaw Aero
Devices Inc, 12291 Towne Lake Dr, Fort Meyers, FL 33913. The history
provided has not been screened in any manner to ascertain the actual
circumstances of a procurement and should not be considered as a
reliable indicator of an appropriate prices level for this
solicitation. This announcement constitutes the only solicitation
document; quotations are being requested and a formal solicitation will
not be issued. Cite Request for Quotation (RFQ) number in your
response. Submit quotations no later than close of business 28 April
97. Any award resulting from this RFQ will be issued on DD Form 1155
and will contain all clauses required by Law, the Federal Acquisition
Regulation (FAR), and the Defense Federal Acquisition Regulation
Supplement (DFARS) as appropriate for the dollar value of the award.
FAR 52.252-1, Solicitation Provisions Incorporated by Reference (Jun
1988) and FAR 52.252-2, Clauses Incorporated by Reference (Jun 1988) --
This solicitation incorporates one or more solicitation
provisions/clauses by reference, with the same force and effect as if
they were given in full text. Upon request, the Contracting Officer
will make their full text available. Quotations shall provide the
following information, representations, and certifications: 1. FOB
point if other than destination. 2. Quotation is firm for 90 days
unless otherwise stated. 3. Furnish vendors part number(s) if other
than listed with each item. 4. Point(s) of shipment, performance,
preservation, packaging, and marking. 5. Remittance address. 6.Taxpayer
Identification Number (TIN) per FAR 52.204-3, Taxpayer Identification
(Mar 1994). 7. Commercial and Government Entity (CAGE) Code Reporting
(Dec 1991). 8. Offeror's recommended economic purchase quantity, unit
price, total amount per FAR 52.207-4, Economic Purchase Quantity --
Supplies (Aug 1987). 9. Information required by FAR 52.211-6, Listing
of Other Than New Material, Residual Inventory, and Former Government
Surplus Property (May 1995) if applicable. 10. FAR 52.219-1, Small
Business Program Representations (Oct 1995). 11. FAR 52.222-19,
Walsh-Healey Public Contracts Representation (Apr 1984). 12. FAR
52.222-21, Certification of Nonsegregated Facilities (Apr 1984). 13.
FAR 52.222-22, Previous Contracts and Compliance Reports (Apr 1984).
14. FAR 52.222-25, Affirmative Action Compliance Reports (Apr 1984).
15. DFARS 252.225-7035, Buy American Act -- North American Free Trade
Agreement Implementation Act -- Balance of Payments Program Certificate
(May 1995). 16. DFARS 252.219-7000, Small Disadvantaged Business
Concern Representation (DoD) Contracts) (Apr 1994). Quotations may be
sumitted in contractor format. The principle medium which the
Government will use for technical data transmittal during this
procurement is the 4.75 inch diameter compact disk with embedded reader
software. Windows 3.1, or Windows NT operating environment and a CD
Reader are required. To obtain this solicitation package send a fax to
the buyer shown above at 314-263-0564, be sure to include Company
name, address, telephone number and solicitation number. See numbered
Note 26. Justification for other than full and open competition is FAR
6.302-1, Only One Source or Only a Limited Numebr of Responsible
Sources. This part must be acquired from a manufacturing source(s)
specified on a source control or selected item drawing as defined by
the current version of ODO-STD-100. The Government does not own the
specifications or drawings to permit full and open competition. All
responsible sources may submit an offer which will be considered. The
time required for approval of new supplies is such that award and
delivery cannot be delayed pending approval of a new source. Firms are
encouraged to seek approval in order to compete for future
solicitations by submitting a source approval request (SAR) package to
ATCOM, ATTN: AMSAT-R-EB, 4300 Goodfellow Blvd., St Louis, MO
63120-1798. (0094) Loren Data Corp. http://www.ld.com (SYN# 0214 19970408\25-0005.SOL)
25 - Vehicular Equipment Components Index Page
|
|