Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF APRIL 8,1999 PSA#2320

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

16 -- NOUN: BOLT ASSY, MAIN,NSN: 1615-00-830-9736, P/N:204-011-151-1,QTY:200EA. SOL DAAH2399Q0272 DUE 050799 POC Russ Altman,Contract Specialist,AMSAM-AC-AL-E, (256)955-9248,Carla R. Bean, Contracting Officer, FAX (256)955-9196 THIS IS A COMBINED SYSNOPSIS/SOLICITATION. NSN: 1615-00-830-9736, IAW P/N: 204-011-151-1, applicable to the UH-1 engine. Item 0001, Quantity 200 each. Pron: AX819535AX. Inspection and acceptance at ORGIN, Inspection requirements: 52.246-2, 52-246-16, 52.146-11, ANSI/ASQC Q9002 or equivalent. FOB point: Destination to Texarkana, TX. Stockton, Ca.,and New Cumberland, PA. Packaging. Preservation/Packaging :B Packaging -- Items shall be preserved and packaged as coded below iaw MIL-STD-2073-1C. MP/JI/a: 20, CD/JII: 1, PM/JIII:02, WM/JIV: GB, CD/JV: NA, CT/JVI: X,UC/JVII:ED,IC/JVII: OO, 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. QTY: 117 to Red River Army Depot; QTY: 68 to San Joaquin Depot, Stockton, Ca.; QTY: 15 to New Cumberlands,Mission door 113,134, New Cumberland, Pa. Required Delivery with1st Article testing is 225 days; Delivery without 1st Article is 180 days; 1st Article Test report is due 168 days. Certified for National Defense under the Defense Priority and Allocation System -- Rating -- DOAI (FAR 52.211-14, Defense Priority for National Defense Use (Sep 1990). 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 does not have specifications and drawings to permit full and open competition. Approved source is: Kaiser Aerospace and Electronics, Charlotte, NC and Imperial Tooling & Manufacturing, Inc. Ft. Worth, Tx. 76101. 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 complete 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, AL. 35898-5270. This acquisition is subject to availability of funds.l Procurement History: 28 Mar 89, unit price $241.33, quanitity 1969 ea. To Imperial Tooling & Mfg, Inc. This history provided has not been screened in any manner to ascertain the actual circumstances of the procurement and should not be considered as a rseliable 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) No. DAAH23-99-Q-0272 in your response. Submit quotations no later than close of business 7 May 99. Any award resulting from this RFQ 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 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 (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 (Oct1997) 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). 12. FAR 52.222-22, Previous Contracts and Compliance Reports (Apr 1984). 13. FAR 52.222-25, Affirrmative Action Compliance (Apr 1984). 14. FAR 52.246-11, Higher Level Contract Quality Requirement Government Specification (Apr 1984). 15. AMCOM 52.246-4002, Selection/Terminology/ Calibration (9Aug 96). 16. FAR 52.209-3, First Article Approval -- Contractor Testing. 17. DFARS 252-219-7000, Small Disadvantaged Business Concern Representation (DOD Contracts)(Apr 1994). Quotes may be submitted in contractor format. See numbered notes 23&26. Posted 04/06/99 (W-SN316825). (0096)

Loren Data Corp. http://www.ld.com (SYN# 0318 19990408\16-0008.SOL)


16 - Aircraft Components and Accessories Index Page