Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF OCTOBER 29,1998 PSA#2211

U.S. Army Aviation and Missile Command, Acquisition Center, Bldg 4488, Redstone Arsenal, AL 35898-5280

16 -- SLING,RESCUE,HELICO SOL DAAH23-99-Q-0035 DUE 113098 POC Robbin Claybrook,Purchasing Agent,(256)955-9204, Beverly Ratliff,Contracting Officer,(256)955-9224 POC: Robbin Claybrook, Purchasing Agent, (256)955-9204 or Beverly Ratliff, Contracting Officer, (256)955-9224, NSN: 1670-01-388-6789, P/N: CID-EIG-94-1, applicable to the Ground Support Aircraft. THIS IS A COMBINED SYNOPSIS/SOLICITATION. Item 0001, Quantity 303 each, Pron: AX8L0016AX. Inspection and acceptance at ORIGIN, Inspection requirements: 52-246-11. FOB Point: Destination to Red River Army Depot. Level of Preservation/Packaging: A/C. Preservation and Packaging -- Items shall be preserved and packaged as coded below IAW MIL-STD-2073-2C. MP/I: 2E, CD/II: 0, PM/III: 00, WM/IV: 00, CD/V: 00, CT/VI: 0, UC/VII: BE, IC/VII: 00, LOP/VII: A, QUP: 001, ICQ: 000, OPI/VIIIb: 0, Other: Coil Item. Items preserved and packaged as above shall be packed IAW MIL-STD-2073-2C, Table IX. Code U. Special Marking in accordance with MIL-STD-2073-2C,Table X code 99. Delivery 180 days after contract award. Certified for National Defense under the Defense Priority and Allocations System -- Rating -- DOA1(FAR 52.211-14, Defense Priority Rating for National Defense Use (Sep 1990). This procurement is a Small Business Set-Aside. This procurement requires prequalification. All responsible sources may submit a proposal which shall be considered by the agency. 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 proposed contract action is for supplies for which the Government odes not have specifications and drawings to permit full and open competition. Approve sources are: Signal Processing Systems, San Diego, CA 92128-4199, Kinedyne Corp, Lawrence, KS 66046, Lift-All Co, Inc, Manheim PA 17545-1724, Liftex Inc, Warminster, PA 18974 and Universal Lifting Products, Houston, TX 77020. 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 U.S. Army Aviation and Missile Command, ATTN: AMSAM-RD-SE-IO-TL, Redstone Arsenal, AL 35898-5270. This acquisition is subject to availability of funds. Procurement History: 95Jul27, Unit Price: $93.17, Quantity: 200 Ea to Bridon-American Corp. This history provided has not been screened in any manner to ascertain the actual the circumstances of the procurement and should not be considered as a reliable indicator of an appropriate price level for this solicitation. This announcement constitutes the only solicitation document; quotations are being requested and a written solicitation will not be issued. Cite Request for Quotation (RFQ) DAAH23-99-Q-0035 in your response. Submit quotations no later than close of business ___________. Any award resulting from this RFA 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 52.242-1, 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 (Provide the Electronic Funds Transfer information to the paying office after award -- do not include in our quotation). 6. Taxpayer Identification (TIN) per FAR 52.204-3, Taxpayer Identification (Mar 1994). 7. Commercial and Government Entity (CAGE) code per DFARS 252.204-7001,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 52.211-5, Material Requirements (Oct 1997) if applicable. 10. FAR 52.219-1, Small Business Program Representations (Oct 1995). The standard industrial classification (SIC) code is 3728. 11. FAR 52.222-22, Previous Contracts and Compliance Reports (Apr 1984). 12. FAR 52.222-25, Affirmative Action Compliance (Apr 1984). 13. DRARS 252-225-7035, Buy American Act -- North American Free Trade Agreement Implementation Act-Balance of Payments Program Certificate (May 1995). 14. DFARS 252-219-7000, Small Disadvantaged Business Concern Representation (DOD Contracts)(Apr 1994). Quotes may submitted in contractor format. Posted 10/27/98 (W-SN265862). (0300)

Loren Data Corp. http://www.ld.com (SYN# 0141 19981029\16-0005.SOL)


16 - Aircraft Components and Accessories Index Page