Loren Data Corp.

'

  
COMMERCE BUSINESS DAILY ISSUE OF SEPTEMBER 5, 2000 PSA #2678
SOLICITATIONS

16 -- TO PROCURE LONG LEAD ITEMS FOR THE DIGITIZED COCPIT PROGRAM

Notice Date
August 31, 2000
Contracting Office
U.S. Special Operations Command, Attn: AMSAM-AR-Z-A-K, Bldg 401, Lee Blvd., Fort Eustis, VA 23604-5577
ZIP Code
23604-5577
Solicitation Number
USZA95-00-R-0110
Response Due
September 11, 2000
Point of Contact
Robert S. Blaine, Phone 757-878-5223 x245, fax 757-878-4199
E-Mail Address
Click here to contact the contract specialist (bblaine@tapo.eustis.army.mil)
Description
16 -- This is a combined synopsis/solicitation for a commercial/non developmental item 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. This solicitation is issued as a Request for Proposal (RFP). The solicitation number is USZA95-00-Q-0040. This solicitation document and incorporated provisions and clauses are those in effect through the 2000 Federal Acquisition Regulation FAC 99-17. The Standard Industrial Classification (SIC) code is 3728 . The Business Size Standard is 1000 employees. The items to be quoted are: CLIN 0001AA: Overhaul/exchange main rotor dampers for MD-500 aircraft, Quantity 116 each, delivery: 25 each 14 days ARO, remainder 120 days ARO, partial shipments and accelerated delivery authorized. Acceptance and FOB Point are Origin. Pack/Packaging shall be best commercial practice as provided by FAR 52.247-30. The contract shall be a Firm Fixed Price type contract. Proposal should identify: the offerors name, place of overhaul/exchange. Clauses and Provisions: The provision at 52.212-1, Instruction to Offerors -- Commercial Items, applies to this acquisition and No addenda apply. The provision at 52.212-2, Evaluation -- Commercial Items applies to this acquisition with the blanks filled in as follows: Firm Fixed Price, Technically Acceptable Offer providing the Best Value to the Government. Technical acceptability will be based upon comparison of an offered product to the specification identified in this solicitation. Only technically acceptable offers will be considered for award. Best value will be evaluated in accordance with the following evaluation plan.: Price is more important than past performance. The Government reserves the right to award to other than the lowest priced offeror. Best Value Decision: The Government shall make a best value decision in accordance with Federal Acquisition Regulations and the criteria specified herein. Offers shall include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications -- Commercial Items, with the offer. The clause 52.212-4, Contract Terms and Conditions -- Commercial Items, applies to this acquisition with the following addendum: All data and material to be shipped under this contract shall be packaged and packed to conform with carrier requirements per FAR clause 52.247-30, F.O.B. Origin, incorporated by reference into this contract. The information on the outside of the package shall clearly state the shipping address, contract number, device number, and any other "MARK FOR" information required (see MIL-STD-129 for guidance) for easy identification without opening the package. The interior of the package will be marked with the same information. The following clause applies to the contractors commercially developed technical data: 252.227-7015 Technical Data -- Commercial Items. (NOV 1995). The clause at 52.212-5, Contract terms and Conditions Required To Implement Statutes or Executive Orders -- Commercial Items applies to this acquisition to include 52.203-6 "Restrictions on Subcontractor Sales to the Government, with Alternate 1"; 52.203-10 "Price or Fee Adjustment for Illegal or Improper Activity"; 52.216-18, "Ordering"; 52.216-19, "Ordering Limitations"; 52.216-22, "Indefinite Quantity"; 52.215-5, "Facsimile Proposals"; 52.219-8 "Utilization of Small Business Concerns and Small Disadvantaged Business Concerns"; 52.222-26 "Equal Opportunity"; 52.222-35 "Affirmative Action. For Handicapped Workers"; 52.222-36 "Affirmative Action for Handicapped Workers"; 52.222-37 "Employment Reports on Special Disabled Veterans and Veterans of the Vietnam Era"; and 52.247-64 "Preference for Privately Owned U.S. Flag Commercial Vessels". In addition to the foregoing FAR provisions, the following DFARS provisions are applicable: 252.225-7006 "Buy American Act Trade Agreements Balance of Payments Program Certificate"; 252.212-7000 "Offeror Representations and Certifications Commercial Items" (Note a completed copy must be returned with your offer); 252.212-7001 "Contract Terms and Conditions Required to Implement Statutes Applicable to Defense Acquisitions for Commercial Items" the following particular provisions cited within 252.212-7001 apply to this acquisition: 252.205-7000 "Provision of Information to Cooperative Agreement Holders"; 252.219-7003 "Small Business and Small Disadvantaged Business Subcontracting Plan"; 252.219-7006 "Notice of Evaluation Preference for Domestic Specialty metals"; 252.225-7001 "Buy American Act and Balance of Payment Program"; 252.225-7007 "Trade Agreements"; 252.225-7012 "Preference for Certain Domestic Commodities"; and, 252.225-7014 "Preference for Domestic Specialty Metals." Proposals must be delivered to U.S. Special Operations Command, Technology Applications Contracting Office, AMSAM-TASO-K (ATTN: Robert S. Blaine), Building 401, Lee Blvd., Ft. Eustis, VA 23604-5577, telephone (757) 878-5223 x245 not later than 3:00 p.m. local time 11 September 2000. The submission of proposals is subject to FAR 52.215-10 "Late Submissions, Modifications, and Withdrawals of Proposals." The Facsimile number is (757) 878-4199. E-mail and Facsimile proposals are authorized. EMAILADD: bblaine@tapo.eustis.army.mil
Record
Loren Data Corp. 20000905/16SOL006.HTM (W-244 SN492173)

16 - Aircraft Components and Accessories Index  |  Issue Index |
Created on September 1, 2000 by Loren Data Corp. -- info@ld.com