Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF APRIL 6,1998 PSA#2067

U.S. Special Operations Command, Attn: AMSAM-AR-Z-A-K, Bldg 401, Lee Blvd., Fort Eustis, VA 23604-5577

J -- CALIBRATION OF AIRFRAME ALIGNMENT FIXTURE SOL USZA95-98-Q-0039 DUE 041098 POC Rich Cooney (757) 878-5223 X251 E-MAIL: Contracting Officer's address, rcooney@tapo.eustis.army.mil. The known source of supply for the services described herein is the Boeing Company, Mesa Arizona. Boeing manufactured, installed and aligned the aircraft frame alignment fixture. The Government has determined that only Boeing possess the requisite technical knowledge to re-calibrate the fixture. There are no Government specifications applicable to this requirement. 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; proposals are being requested and a written solicitation will not be issued. The solicitation number is USZA95-98-Q-0039 and is being issued as a request for quotation. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 97-03. This contract action is unrestricted. The Standard Industrial Classification applicable to this contract action is 3728. The size standard is 1,000 employees. There are two line items: 0001 Calibration of one Aircraft Alignment Fixture applicable to the A/MH-6 Helicopter located in Lexington Kentucky; 0002 Travel and Subsistence. Services shall be provided on-site at Blue Grass Army Depot, Lexington Kentucky. The Government desires that alignment be completed not later than 30 April 1998. The provision at 52.212-1, Instructions to Offerors -- Commercial, applies to this acquisition there are no addenda. The provision at 52.212-2, Evaluation -- Commercial Items will be used. The Government will evaluate all quotations received for technical understanding, schedule and price. In addition to price, respondents are required to submit a proposed statement of work which details what work will be performed, how the work will be performed, and the proposed schedule. The Government anticipates award of a time and materials type contract.. In addition to the above, quotations must include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications -- Commercial Items. The clause at 52.212-4, Contract Terms and Conditions -- Commercial Items, applies to this acquisition; there are no addenda. The clause at 52.212-5, Contract Terms and Conditions Required To Implement Statutes Or Executive Orders -- Commercial Items, applies to this acquisition the following clauses are applicable to this acquisition: 52,222-26, "Equal Opportunity,"; 52.222-35, "Affirmative Action for Special Disabled and Vietnam Era Veterans,"; 52.222-36, "Affirmative Action for Handicapped workers,"; 52.225-19, "European Union Sanctions for Services,"; 52.247-64, "Preference for Privately Owned U.S. -- Flag Commercial Vessels." Quotations are due April 10, 1998 by 3:00 Local Time. Facsimile quotations are acceptable. The facsimile number is (757) 878-4199 or quotations may be mailed to the address previously identified in this synopsis. The proposed contract action is for supplies or services for which the Government intends to solicit and negotiate with only one. Interested persons may identify their interest and capability to respond to the requirement or submit quotatoins. This notice of intent is not a request for competitive quotations. However, all quotations received by the specified due date will be considered by the Government. A determination by the Government not to compete this proposed purchase order based upon responses to this notice is solely within the discretion of the Government. Information received will normally be considered solely for the purpose of determining whether to conduct a competitive procurement. (0092)

Loren Data Corp. http://www.ld.com (SYN# 0054 19980406\J-0019.SOL)


J - Maintenance, Repair and Rebuilding of Equipment Index Page