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