COMMERCE BUSINESS DAILY ISSUE OF AUGUST 30,2000 PSA#2675 U.S. Special Operations Command, Attn: AMSAM-AR-Z-A-K, Bldg 401, Lee
Blvd., Fort Eustis, VA 23604-5577 16 -- FILTER UNIT, FLUID PRESSURE SOL USZA95-00-Q-0039 DUE 090800 POC
Laura Harris, Contract Specialist, (757) 878-5223 Ext: 247 or Sherrie
H. Carmona, Contracting Officer, (757) 878-5223 Ext: 242 E-MAIL:
scarmona@tapo.eustis.army.mil, lharris@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
USZA95-00-Q-0039 and the solicitation is issued as an Request for
Quotation (RFQ). The solicitation document and incorporated provisions
and clauses are those in effect through Federal Acquisition Circular
97-18. The Standard Industrial Classification (SIC) Code is 3728 and
Small Business Size Standard is 1000. The Government intends to procure
for five (5) each, Filter Unit, Fluid Pressure, P/N: PE0107812HW83
through FULL AND OPEN COMPETITION. These purifiers are used to reduce
particulate matter, air, chlorine and water in the hydraulic system on
the MH-47D/E Aircraft. The Desired Delivery Schedule is 7 weeks After
Receipt of Order (ARO). Partial and/or early delivery is acceptable.
A Firm Fixed Price (FFP) Type Contract is contemplated. Deliver to:
W80N5C; MSSA/CRP, HHC 160th SOAR(A), Attn: AOAV-SI/Bill Linder, 7244
Night Stalker Way, Ft. Campbell, KY 42223. Inspection/Acceptance/FOB:
Destination. The provision at 52.212-1, Instructions to Offerors
Commercial, applies to this acquisition. The provision at 52.212-2,
Evaluation Commercial Items will be used. The significant evaluation
factor(s) to be included in paragraph (a) of this provision is: Price.
Offeror(s) are advised to include a completed copy of the provision at
52.212-3, Offeror Representations and Certifications Commercial Items,
with its offer. The clause at 52.212-4, Contract Terms and
Conditions-Commercial Items, applies o this acquisition and Credit Card
Payment is a addenda to this clause. CREDIT CARD PAYMENT Supplies
and/or services to be provided shall be paid via an I.M.P.A.C.T. VISA
Credit Card. The Contractor shall: 1. Provide total charges, including
shipping and handling costs, if applicable.2. Include a package slip
if the order is shipped. 3. Include the following on the order's
shipping label: (a) Cardholder's name, office billing address and
office telephone number and (b) the term "Government Credit Card";
however, the PURCHASE CARD ACCOUNT NUMBER SHALL NOT BE SHOWN UNDER ANY
CIRCUMSTANCES OR RECORD OF THE ACCOUNT NUMBER KEPT ON FILE. Upon the
delivery of supplies or completion of services the contractor shall fax
or mail payment invoices to the following address: Technology
Applications Contracting Office, AMSAM-TASO-K (Attn: Laura E. Harris),
Bldg. 401 Lee Blvd., Ft. Eustis, VA 23604-5577; FAX Number
757-878-4199; Within 15 days after receipt of a completed invoice, a
representative of the contracting officer shall verbally provide the
following information to the Contractor's Representative: 1. Credit
Card Number. Card Holder Identification. 3. Expiration Date of the
Credit Card. NOTE: Contractor's may not invoice the Government for
supplies or services until after the supplies have been delivered OR
services have been rendered. Does Offeror except above mentioned
Government Credit Card as a form of payment? The clause at 52.212-5,
Contract Terms and Conditions Required to Implement Statutes or
Executive Orders-Commercial Items, applies to this acquisition and the
following additional FAR clauses cited in the clause are applicable to
the acquisition: 52.219-8, Utilization of Small Business Concerns;
52.222-21, Prohibition of Segregated Facilities; 52.222-26, Equal
Opportunity; 52.222-35, Affirmative Action for Disabled Veterans and
Veterans of the Vietnam Era; 52.222-36, Affirmative Action for Workers
with Disabilities; 52.222-37, Employment Reports on Disabled Veterans
and Veterans of the Vietnam Era; 52.225-1, Buy American Act-Balance of
Payments Program-Supplies; ALT I 52.225-3, Buy American Act North
American Free Trade Agreement-Israeli Trade Act-Balance of Payments
Program; 52.225-13, Restrictions on Certain Foreign Purchases;
52.225-15, Sanctioned European Union Country End Products;52.232-33,
Payment by Electronic Funds Transfer-Central Contractor Registration;
52.232-36, Payment by Third Party; 52.247-64, Preference for Privately
Owned U.S.-Flag Commercial Vessels. Additional contract requirement(s)
or terms and conditions are as follows: 252.204-7004, Required Central
Contractor Registration. Offeror(s) are advised to include a completed
copy of the provision at 252.212-7000, Offeror Representations and
Certifications-Commercial Items; the clause at 252.212-7001 Contract
Terms and Conditions Required to Implement Statutes or Executive Orders
Applicable to Defense Acquisition of Commercial Items applies to this
acquisition and the following additional DFARS clauses cited in this
clause are applicable to this acquisition: 252.206-7000, Domestic
Source Restriction; 252.225-7001, Buy American Act and Balance of
Payments. The Defense Priorities and Allocations Systems (DPAS) and
assigned rating is DOA1. Offers are due September 8, 2000, Not Later
Than (NLT) 3:00 p.m. local time at U.S. Army Special Operations
Command, Technology Applications Contracting Office, Attn: Laura E.
Harris/AMSAM-TASO-K, Bldg. 401 Lee Blvd., Ft. Eustis, VA 23604-5577,
telephone (757) 878-5223 Ext: 247. Facsimile quotations are acceptable.
The facsimile number is 757-878-4199. E-mail quotes are also
acceptable. Any Award resulting from this Request for Quotation (RFQ)
will be issued on a SF 1449A and will contain all clauses required by
Law, the Federal Acquisition Regulation (FAR), and the Defense Federal
Acquisition Regulations Supplement (DFARS) as appropriate for the
dollar value of the award. Proposal(s) 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. Furnished Vendor Part Number(s) if other than listed with
each item. 4. Point of shipment, performance, preservation, packaging
and marking. 5. Remittance address. 6. Taxpayer Identification Number
(TIN) per FAR 52.204-3. 7. Data Universal Numbering Systems (DUNS)
Number per FAR 52.204-6. 8. Offeror's recommended economic purchase
quantity, unit price, total amount per FAR 52.207-4 Economic Purchase
Quantity Supplies. 9. FAR 52.219-1 Small Business Program
Representations. Proposals may be submitted in contractor format. Be
sure to include company name, address, telephone number, CAGE Code CAGE
Code CAGE Code and reference the solicitation number. The proposed
contact action is for supplies/services suitable for competitive
acquisition. Posted 08/28/00 (W-SN490981). (0241) Loren Data Corp. http://www.ld.com (SYN# 0165 20000830\16-0005.SOL)
| 16 - Aircraft Components and Accessories Index
|
Issue Index |
Created on August 28, 2000 by Loren Data Corp. --
info@ld.com
|
|
|