Loren Data Corp.

'

  
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