The RFP Database
New business relationships start here

SWASH PLATE


Alabama, United States
Government : Military
RFQ
Go to the link
This document has expired, therefore the above link may no longer work.

Army Contracting Command Redstone will procure non-personal services contract to repair AH-64 Non Rotating Swashplates, at the Corpus Christi Army Depot (CCAD), Corpus Christi, Texas. The AH-64 Swashplate shall undergo a process to repair scratches, nicks, gouges, burs, dicronite surface treatment, Teflon liner replacement and paint. The contractor shall provide all personnel, equipment, supplies, transportation, tools, materials, supervision, quality control, and other items and non-personnel services necessary to overhaul Non-rotating Swashplates. The contractor shall perform to the standards of this contract. Per DMWR 1-1615-315, WP 0006, 0012, 0016, 0017, 0029, and 0047, Teflon liners must be replaced with an OEM self-lubricating liner system.

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.


Solicitation number W58RGZ-19-R-0278 is issued as a request for quotation (RFQ). The Government reserves the right to award without discussions.


The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC Number/Effective Date: 2005-97 / 06 Nov 2017.


The requirement is intended to be awarded as Sole Source, per FAR Subpart 6.204. This requirement is 100% set aside. The associated NAICS code is 488190. The small business size standard of 1,500. PSC 1615 applies to this requirement.


The following list of line item numbers, quantities, and units of measure are anticipated for this requirement:


CLIN 0001 - Liner Replacement
Quantity:
Units of Measure: Each


CLIN 0002 - CDRL A001
Information CLIN, No Quantity or Unit of Measure



Description of the requirements for the items being required: Solicitation Number W58RGZ-19-R-0278 will be for a Five (5) Year Indefinite Delivery Indefinite Quantity sole source. This contract shall include all personnel, equipment, supplies, transportation, tools, materials, supervision, quality control, and other items and non-personal services necessary to overhaul Non-rotating Swash Plates for Corpus Christi Army Depot.


The place of inspection and acceptance is Destination. FOB is at Destination.
Shipping Address is as follows:
(Standard commercial packaging and shipping is sufficient for this requirement)


SHIP-TO: CORPUS CHRISTI ARMY DEPOT, 310 CRECY STREET DOOR 114D, CORPUS CHRISTI, TEXAS 78419-5260



The requiring activity requests the contract have a delivery within twenty-six (26) weeks after receipt of the order for the delivery. Earlier delivery is desired if at no additional cost to the government.



Provision at 52.212-1, Instructions to Offerors - Commercial Items, applies to this acquisition and any addenda to the provision also apply.


Provision at 52.212-2, Evaluation - Commercial Items, is applicable. The Government will award a contract on the basis of Lowest Price Technically Acceptable, pursuant to 15.101-2. Award will be made on the basis of the lowest evaluated price of proposals meeting or exceeding the acceptability standards for non-cost factors.


Offerors shall include a completed copy of the provision 52.212-3, Offeror Representations and Certifications - Commercial Items.


Clause 52.212-4, Contract Terms and Conditions - Commercial Items, applies to this acquisition and any addenda to the provision also apply.


Clause at 52.212-5 Contract Terms and Conditions - Required to Implement Statutes or Executive Orders - Commercial Items, also applies to this acquisition and additional FAR clauses may be cited as needed.


Terms and conditions for this requirement are consistent with customary commercial practices. Contract financing is not authorized. Payment shall be made through Wide Area Work Flow (WAWF), in Accordance with DFARS 252.232-7006.


DFARS 252.232-7003 - Electronic Submission of Payment Requests and Receiving Reports and Instructions.
Payment method shall be through Wide Area Work Flow.


DFARS 252.232-7006 - Wide Area Work Flow Payment Instructions.


This is not a DPAS DO rated order.


Oral Communications are not acceptable in response to this notice. All responsible sources may submit an offer which shall be considered by the Agency. Quotes are due no later than Aug 1, 2019.
The Contractor's proposal must be determined acceptable in terms of (a) price reasonableness, (b) technical compliance and (c) delivery (NLT twenty-six (26)) after contract award.


Quotes shall be submitted by email only to jerry.a.monroe10.civ@mail.mil Other electronic or hard copy submissions are not authorized. QUOTES/OFFERS RECEIVED AFTER THE SPECIFIED DUE DATE AND TIME WILL NOT BE CONSIDERED FOR AWARD. For further information regarding this solicitation, contact Jerry Monroe, 256-842-4438, email at jerry.a.monroe10.civ@mail.mil or Vincent Hines, 256-842-7634, email: vincent.e.hines.civ@mail.mil.
Attachments:
• Attachment 0001 - Document Summery List (DSL)
• Attachment 0002 - Performance Work Statement (PWS)
• Exhibit A - Contract Data Requirements List (CDRL) A001

**** Depot Maintenenance Work Requirements available for use while preparing proposals.  Please email me at jerry.a.monroe10.civ@mail.mil as these files will need to be sent through Safe Site. ****


Jerry A. Monroe, contracting specialist, Phone 2568424438, Email jerry.a.monroe10.civ@mail.mil - Regina Hawkins, Contracting Officer, Phone 256-842-7630, Email regina.a.hawkins2.civ@mail.mil

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP