Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF APRIL 10,1997 PSA#1821

USA Aviation and Troop Command, ATTN: AMSAT-A-PLBA, 4300 Goodfellow Blvd, St. Louis, MO

63 -- ALARM-MONITOR, NATIONAL STOCK NUMBER: 6340-01-389-7680, PART NUMBER: 7-211C20012-13, QUANTITY: 33 EACH SOL DAAJ09-97-Q-JM17 DUE 043097 POC John Moore, Contract Specialist, (314)263-1133 or Judy Kibler, Contracting Officer, (314)263-0801, FAX: (314)263-0605. THIS IS A COMBINED SYNOPSIS/SOLICITATION restricted to Autronics Corp, 314 E Live Oak Ave, Arcadia, CA; and McDonnell Douglas Helicopter Systems, 5000 E. McDowell Rd., Mesa, AZ. Item No. 0001AA, 33 each NSN: 6340-01-389-7680, P/N: 7-211C20012-13, applicable to the AH-64 Aircraft.. Inspection and acceptance at Origin. Inspection requirements: 52.246-2, 52.246-16, 52.246-11, ANSI/ASQC Q9002 (ISO 9002) or equivalent. FOB Point: Destination with deliveries to Texarkana, TX, and Stockton, CA. The required delivery date is 120 days after receipt of order. Level of Preservation/Packing: A/AB Packaging -- Items shall be packaged per the following codes -- refer to MIL-STD -- -2073-2 for code guidance only. MP/I: 3V, CD/II: Q, PM/III: 00, WM/IV: JA, CD/V: GP, CT/VI: X, UC/VII: ZZ, IC/VII: 00, LOP: A, QUP: 001, ICQ: 000. Contractor will furnish (CFM) and use reusable Container NSN: 8110-00-254-5709, P/N: MS24347-6. Packing -- Items packaged as above shall be packed code F. Refer to MIL-STD-2073-2, 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". Special marking code(s) 17. Refer to MIL-STD-2073-2, table X for code Guidance only. This acquisition is subject to availability of funds. Procurement History: None. This announcement constitutes the only solicitation document, quotations are being requested and a formal solicitation will not be issued. Cite Request for Quotation (RFQ) NO. in your response. Submit quotations no later than close of business 30 April 1997. 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). The standard industrial classification (SIC) code is 3728. The small business size standard is 500 employees. 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 (Apr 1984). 14. 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 submitted 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 23 and 26. Justification for other than full and open competition is Far 6.302-1, Only One source or Only a Limited Number 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 DOD-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 source 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. (0098)

Loren Data Corp. http://www.ld.com (SYN# 0287 19970410\63-0001.SOL)


63 - Alarm, Signal and Security Detection Systems Index Page