Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF SEPTEMBER 29,1998 PSA#2190

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

16 -- MAIN ROTOR TRANSMISSIONS FOR MD-500 SERIES HELICOPTERS SOL USZA95-98-R-0051 DUE 093098 POC Robert S. Blaine, Phone 757-878-5223 X245, FAX 757-878-4199 E-MAIL: Click here to contact the contracting office, bblaine@tapo.eustis.army.mil. 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-R-0051 and is issued as a request for proposal (RFP). This solicitation and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 97-2. The Standard Industrial Classification applicable to this solicitation is 3728. The size standard is 1,000. The Government intends to acquire the following on : 6 each, Main Rotor Transmissions for the Boeing MD-500 series helicopter Part Number 369F5100-505. This requirement will result in a firm fixed priced supply contract. The inspection/acceptance and FOB Point are Origin. The delivery point -- Ft. Campbell, Kentucky. The provision at 52.212-1, Instructions to Offerors -- Commercial Items, applies to this acquisition without addenda. The provision at 52.212-2 "Evaluation -- Commercial Items" applies to this solicitation. Award will be made to the lowest priced technically acceptable offeror. Offerors shall include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications -- Commercial Items, with their offer. The clause at 52.212-4, Contract Terms and Conditions -- Commercial Items, applies to this acquisition without 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 optional clauses cited within 52.212-5 apply: FAR 52.203-6, Restrictions on Subcontractor Sales to the Government, Alternate I; 52.219-8, Utilization of Small Business Concerns and Small Disadvantaged Business Concerns; 52.219-9, Small, Small Disadvantaged and Women-Owned Small Business Subcontracting Plan; 52.222-26, Equal Opportunity; 52.222-35, Affirmative Action for Special Disable and Vietnam Era Veterans; 52.222-36, Affirmative Action for Workers with Disabilities; 52.222-37, Employment Reports on Disabled Veterans and Veterans of the Vietnam Era; 52.225-18, European Union Sanction for End Products; 52.247-64, Preference for Privately Owned U.S. Flag Commercial Vessels. The clause at DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items, applies to this acquisition. The following optional clauses cited within 252.212-7001 apply: DFARS 252.205-7000, Provision of Information to Cooperative Agreement Holders; 252.219-7003, Small Business and Small Disadvantaged Business Subcontracting Plan (DoD Contracts); 252-219-7005, Incentive for Subcontracting with Small Businesses, Small Disadvantaged Businesses, Historically Black Colleges and Universities and Minority Institutions -- Alternate I; 252.219-7006, Notice of Evaluation Preference for Small Disadvantaged Business Concerns -- Alternate I; 252.225-7001, Buy American Act and Balance of Payment Program; 252.225-7012, Preference for Certain Domestic Commodities; 252.225-7014, Preference for Domestic Specialty Metals; 252.225-7015, Preference for Domestic Hand or Measuring Tools; 252.227-7015, Technical Data -- Commercial Items; 252.233-7000, Certification of Claims and Requests for Adjustment or Relief; and 252.247-7024, Notification of Transportation of Supplies by Sea. This is a DPAS rated order, the rating is DOA1. All responsible Sources may submit a proposal, which shall be considered. Proposals are due 30 Sep 98, 9:00 a.m. local time. Written proposals should be sent to: Technology Applications Contracting Office, ATTN: AMSAM-AR-Z-A-K (Robert Blaine), Lee Blvd., Building 401, Ft. Eustis VA. Point of Contract is Mr. Robert Blaine at (757) 878-5223, Extension 245 or Facsimile (757 . Proposals may be sent by E-mail. If an E-mail response is used a facsimile or hardcopy signature page must bedelivered in addition to hte E-mail proposal. Posted 09/25/98 (W-SN254520). (0268)

Loren Data Corp. http://www.ld.com (SYN# 0116 19980929\16-0010.SOL)


16 - Aircraft Components and Accessories Index Page