|
COMMERCE BUSINESS DAILY ISSUE OF MARCH 29,1999 PSA#2312U.S. Army Aviation and Missile Command, Acquisition Center, Bldg 4488,
Redstone Arsenal, AL 35898-5280 17 -- SLING, AIRCRAFT MAIN, NSN:1730-354-6929, PART#LTCT14700(40),
QTY:15 EACH SOL DAAH2399Q0661 DUE 042799 POC Point of contact is Edgar
Sanchez, AMSAM-AC-AL-E,(256)955-9191, Carla R. Bean, Contracting
Officer 17. THIS IS A COMBINED SYNOPSIS/SOLICITATION. NSN:
1730-354-6929, Part number: LTCT14700 (40), Noun: Sling Aircraft Main,
Quantity: 15 each. Applicable to the T-55 Engine. F.O.B. Origin to
Texarkana, Texas. Item 0001, quantity 15 each. PRON: AX8T6019AX.
Required delivery is 120 days or sooner. Inspection and acceptance at
Origin, Inspection requirements: 52.246-2, 52.246-16, 52.246-11(ISO
9002), Selection/Terminolgy /Calibration: ISO 8402(Terminolgy); and
ANSI/NCSL-Z540-1-1994 or ISO 10012-1-1992(Calibration)(USAATCOM
52.246-4002). Level Preservation and Packaging: B. Packaging -- Items
shall be preserved and packaged as coded below in accordance with (IAW)
MIL-STD-2073-1C. MP/JIa:32, CD/JII:1, PM/JIII:00, WM/JIV:EA, CD/JV:BG,
CT/JVI: X, UC/JVII:ED, IC/JVII:00, PK/JIX/a:F, SM/JX:00, OPI/JVIIIa:0,
QUP:001, ICQ: 000. Marking of Shipments -- The contractor shall mark
all shipments under this contract IAW the edition of MIL-STD-129N,
"Standard Practice for Military Marking" in effect as of the date of
the solicitation. 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 requires pre-qualification. 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 the Government does not
have specifications and drawings to permit full and open competition.
The approved source(s) is: Allied Signal (99193). 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-AR-E-I-F-S, Redstone Arsenal,
Alabama 35898-5280. This acquisition is subject to availability of
funds. Procurement History: 1997 Mar 19, unit price $2,085.29,
quantity: 8 each, to Allied Signal. The procurement history provided
has not been screened in any manner to ascertain the actual
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) Number DAAH23-99-Q-0661 in
your response. Submit quotations no later than close of business 27 Apr
1999. Any award resulting from this RFQ will not 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 (Jun1988) 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. F.O.B.
point if other than origin. 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 (March 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 52.222-19, Walsh-Healey Public Contracts
Representation (Apr 1984). 13. FAR 52.222-22, Previous Contracts and
Compliance Reports (Apr 1984). 14. FAR 52.222-25, Affirmative Action
Compliance (Apr 1984). 15. FAR 52.246-11 Higher Level Contract Quality
Requirement Government Specification (Apr 1984). 16. FARS 52.225-3,
Buy American Act -- Supplies (Jan 94). Representation (DOD Contracts)
(Apr 1994). Quotes may be submitted in contractor format. Information
on meeting of qualifications may also be obtained from U.S. Army
Aviation and Missile Command (AMCOM), ATTN: AMSAM-AR-EI-FS, Building
5687, Redstone Arsenal, Huntsville, Alabama 35898-5280; or theweb site
is: http://www.redstone.army.mil/cmo/. Look under "SAR information".
No telephone requests will be accepted. You may fax your request ATTN:
AMSAM-AC-AL-E, Edgar Sanchez, at (256) 955-9191. Numbered note(s) 22,
23 and 26 apply. Posted 03/25/99 (W-SN312619). (0084) Loren Data Corp. http://www.ld.com (SYN# 0173 19990329\17-0003.SOL)
17 - Aircraft Launching, Landing and Ground Handling Equipment Index Page
|
|