Loren Data Corp.

'

  
COMMERCE BUSINESS DAILY ISSUE OF NOVEMBER 7, 2001 PSA #2973
SOLICITATIONS

28 -- WHEEL, TURBINE

Notice Date
November 5, 2001
Contracting Office
US Army Aviation and Missile Command DAAH23, ATTN: AMSAM-AC, Building 5303, Martin Road, Redstone Arsenal, AL 35898-5280
ZIP Code
35898-5280
Solicitation Number
DAAH2302T0037
Response Due
December 19, 2001
Point of Contact
Chiquita Porter, 256-955-9182, FAX 256-955-9196
E-Mail Address
US Army Aviation and Missile Command DAAH23 (chiquita.porter@redstone.army.mil)
Description
. *****ATTENTION*****FORMAL COMMUNICATION RELATED TO THIS ACQUISITION SHOULD BE DIRECTED TO LAVERNE ASKEW. You may FAX or mail your request ATTN: AMSAM-AC-LS, LaVerne Askew, Contracting Officer, telephone number 256-876-4119, FAX number 256-842-6108 or 256-955-9220. 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 b eing requested and a written solicitation will not be issued. Cite Request for Quotation (RFQ) DAAH23-02-T-0037 in your response. PRON: AX1J0243AX, NSN: 2840-00-614-2516, P/N: 6853279, applicable to the T-63 Engine. Item 0001, Quantity: 9 each. Inspecti on and acceptance is at ORIGIN, Inspection requirements: 52.246-2, 52.246-16, 52.246-l1, (American National Standards Institute/American Society for Qualtity Control (ANSI/ASQC) Q9002, International Organization for Standartization (ISO) 9002 or equivalen t. FOB point is origin. Deliveries are 9 each to Los Angeles, CA 90045. Packaging requirements are: Quantity Unit Package (QUP) is 001. MIL-STD-129 markings shall apply. Serial number parts shall require MIL-STD-129 Serial Number markings. Loose-fill materials shredded paper, excelsior, polystyrene and other losse-fill materials are prohited for use as cushioning/dunnage in all packaging operations. Level of Preservation (LOP) is Military and Level of Pack (LPK) is B, in accordance with MIL-STD-2073-1 Codes: JI/A/MP [10], JII/CD [1], JIII/PM [00], JIV/WM [GB], JV/CD [NA], JVI/CT [X], JVII/UC [ED], JVII/IC [00], JIX/A/PK [B], JX/SM [00], JVIIIA/OPI [0]. Required delivery is 9 each 120 days after contract award. Certified for National Defense under th e Defense Priority and Allocations System -- Rating -- DOA1 (FAR 52.211-14, Defense Priority Rating for National Defense Use (Sep 1990)). This procurement requires prequalification. All responsible sources may submit a proposal, which shall be considered b y the Agency. This item is restricted to Rolls-Royce Corporation, Indianapolis, IN 46241 CAGE Code 63005, and Aviall Services, Inc., Dallas, TX 75234-8999 CAGE Code 22819 because this item has been designated a commercial item. As such, it is now governed by the Federal Aviation Administration (FAA) rules. Only FAA qualified sources are listed on this Technical Justification and Certification. Other prospective sources must qualify through the FAA under the Part Manufacturer Approval (PMA). The Governme nt intends to solicit Aviall Services, Inc. in lieu of Rolls-Royce Corporation since they have been identified as the distributor of this product for Rolls-Royce Corporation. Firms that recognize and can produce the required item described above are encou raged to identify themselves. Firms are encouraged to seek source approval in order to compete for future solicitations by accessing the website www.redstone.army.mil/cmo/ and looking under SAR information. The most recent representative unit price and quantity relative to this acquisition is NSN: 2840-00-614-2516, Contract F34601-95-G-0012 Order BS55, award date October 07, 1996, Unit Price $4,159.03, Quantity 50 each, Awardee: Rolls-Royce Corp. The Government provides this price history without assumi ng the responsibility for any resulting conclusions or interpretations that may be made. The price history is provided for informational purposes only and should not be relied upon as a basis for offer/bid. Any award resulting from this RFQ will be issue d on SF Form 1449 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. The solicitation document and inc orporated provisions and clauses are those in effect through Federal Acquisition Circular 97-27. FAR 52.252-1, Solicitation Provisions Incorpor ated by Reference (Feb 1998) and FAR 52.252-2, Clauses Incorporated by Reference (Feb 1998) -- 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 awar d -- do not include in our quotation). 6. Offeror's recommended economic purchase quantity, unit price, total amount per FAR 52.207-4, Economic Purchase Quantity -- Supplies (Aug 1987). 7. FAR 52-212-1, Instructions to Offerors -- Commercial Items (Oct 2000). 8. FAR 52-212-3, Offeror Representations and Certifications -- Commercial Items (May 2001). The North American Industry Classification System (NAICS) code is 336412 and number of employees is 1000. 9. FAR 52-212-4, Contract Terms and Condition s -- Commercial Items (May 2001). 10. FAR 52-212-5,Contract Terms and Conditions Required to Implement Statutes or Executive Orders -- Commercial Items (May 2001). The appropriate clauses under paragraph (b) are as follows: (11) 52.222-21, Prohibition o f Segregated Facilities (Feb 1999); (12) 52.222-26, Equal Opportunity (E.O. 11246); (13) 52.222-35, Affirmative Action for Disabled Veterans and Veterans of the Vietnam Era (38 U.S.C. 4212); (14) 52.222-36, Affirmative Action for Workers with Disabilities (29 U.S.C. 793); (15) 52.222-37, Employment Reports on Disabled Veterans and Veterans of the Vietnam Era (38 U.S.C. 4212); and (23) 52.232-33, Payment by Electronic Funds Transfer -- Central Contractor Registration (31 U.S.C. 3332). Quotes may be submitted in contractor format. If any of the items that are the subject of this procurement are also currently being sold to commercial customers and an FAA Form 8130-3, Airworthiness Approval Tag, is required to accompany these parts, the offeror shall: a. Iden tify, in it's proposal, these parts; and b. If awarded the contract, provide FAA Form Quotes may be submitted in contractor format. Quotes should be submitted to Commander, U.S. Army Aviation and Missile Command, Acquisition Center, Bldg. 5303, Redstone A rsenal, AL 35898-5280, ATTN: AMSAM-AC-LS, LaVerne Askew, Contracting Officer. Reference RFQ DAAH23-02-T-0037.
Web Link
Army Single Face to Industry (http://acquisition.army.mil)
Record
Loren Data Corp. 20011107/28SOL001.HTM (D-309 SN5123F2)

28 - Engines, Turbines and Components Index  |  Issue Index |
Created on November 5, 2001 by Loren Data Corp. -- info@ld.com