SOLICITATION NOTICE
16 -- Instrument Flight Rules (IFR) under Instrument Meteorological Conditions (IMC) Component Kit.
- Notice Date
- 3/31/2004
- Notice Type
- Solicitation Notice
- NAICS
- 334220
— Radio and Television Broadcasting and Wireless Communications Equipment Manufacturing
- Contracting Office
- Aviation Applied Technology Directorate, ATTN: AMSRD-AMR-AA-C, Building 401, Lee Boulevard, Fort Eustis, VA 23604-5577
- ZIP Code
- 23604-5577
- Solicitation Number
- W911W6-04-R-0011
- Response Due
- 4/15/2004
- Archive Date
- 6/14/2004
- Point of Contact
- Elizabeth A. Jackson, (757) 878-2100
- E-Mail Address
-
Email your questions to Aviation Applied Technology Directorate
(ejackson@aatd.eustis.army.mil)
- Small Business Set-Aside
- N/A
- Description
- This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; propo sals are being requested and a written solicitation will not be issued. The solicitation number is W911W6-04-R-0011 and is issued as a request for proposal. This solicitation document and incorporated provisions and clauses are those in effect through Fe deral Acquisition Circular(s) 01-21. The applicable North American Industry Classification Standard (NAICS) code is 334220. The small business size standard is 1000 employees. This acquisition has been designated as unrestricted. The Government intends to acquire the following manufacturer specific part number components manufactured by Garmin, Ltd., on a sole source basis from Garmin authorized distributors, under the authority of Section 4202 of the Clinger-Cohen Act of 1996 in o rder to integrate Instrument Flight Rules (IFR) under Instrument Meteorological Conditions (IMC) component kits to be installed on the Army Apache Helicopter A and D models. These components are for an approved flight-worthy kit to bring Apache aircraft t o current European IFR requirements and will qualify the AH-64A/D for flight in IMC under US and European IFR requirements. Desired delivery for the initial delivery order is 1 May 2004. Garmin, Ltd, manufactured components are the only known components with unique capabilities to supply the stated IFR kit components approved / qualified for installation on Apache AH-64A/D military aircraft with the required performance. The associated design documentation and qualification testing required to substantia te airworthiness of any other such components precludes meeting the project schedule. The Government intends to award a Firm-Fixed-Price, Indefinite Delivery/Indefinite Quantity (IDIQ) contract for three-years with no options. The estimated value/ceiling price of the IDIQ contract is $3,000,000. The minimum order amount is $10,000. The master IDIQ contract will be for the following components with maximum quantities: 281 GNS430 NAV/COM/GPS/GS, P/N: 010-00139-11, 281 Worldwide Dbase Data Card, P/N: 010-10201-00, and 281 VOR/LOC/GS Antenna w/phase coupler, P/N: S65-247-27. The initial De livery Order to be issued concurrently with the master IDIQ contract and will be for a minimum quantity of 20 GNS430 NAV/COM/GPS/GS, P/N: 010-00139-11, 20 Worldwide Dbase Data Card, P/N: 010-10201-00, and 20 VOR/LOC/GS Antenna w/phase coupler, P/N: S65-247 -27. Delivery of the component is intended for Aviation Applied Technology Directorate, Fort Eustis, Virginia. Inspection/acceptance and FOB Point are destination, Fort Eustis, Virginia. This acquisition is in response to a tasking to support the Govern ment in its effort to equip AH-64A/D helicopters for flight in IMC and under IFR in Europe. The provision at FAR 52.212-1, Instructions to Offerors Commercial Items, applies to this acquisition without addenda. Offerors shall include a completed copy of the provision at FAR 52.212-3 Offeror Representations and Certifications Commercial Items, Alternate I with its offer. The following FAR clauses are applicable to this acquisition: 52.212-4, Contract Terms and Conditions Commercial Items, applies to this acquisition without addenda; 52.212-5, Contract Terms and Conditions Required to Implemen t Statutes or Executive Orders Commercial Items; 52.216-18 ?????? Ordering; 52.216-19 - Order Limitations; and 52.216-22 Indefinite Quantity. The following clauses cited within FAR 52.212-5 apply: FAR 52.203-6, Restrictions on Subcontractor Sales to the Government, Alternate I; 52.219-8, Utilization of Small Business Concerns; 52.219-9, Small Business Subcontracting Plan, Alternate II; 52.222-3 , Convict Labor; 52.222-19 Child Labor-Cooperation with Authorities and Remedies; 52.222-21, Prohibition of Segregated Facilities, 52.222-26, Equal Opportunity, 52.222-35, Equal Opportunity for Special Disabled Veterans and Veterans of the Vietnam Era and Other Eligible Veterans; 52.222-36, Affirmative Action for Workers with Disabilities; 52.222-37, Employme nt Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans; 52.225-13, Restrictions on Certain Foreign Purchases; 52.232-33 Payment by Electronic Funds Transfer-Central Contractor Registration and FAR clause 52.212-5 Contract Terms and Conditions Required To Implement Statutes or Executive Orders--Commercial Items (Jan 2004) (Deviation). The clause at DFARS 252-212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Def ense Acquisitions of Commercial Items, applies to this acquisition. The following clauses cited within DFARS 252.212-7001 apply 52.203-3 Gratuities, 252.205-7000 provision of Information to Cooperative Agreement Holders, 252.219-7003 Small, Small Disadvan taged and Women-Owned Small Business Subcontracting Plan (DOD Contracts), 252.225-7001 Buy American Act and Balance of Payments Program, 252.225-7012, Preference for Certain Domestic Commodities; 252.225-7014, Preference for Domestic Specialty Metals; 252. 232-7003, Electronic Submission of Payment Requests; 252.243-7002, Requests for Equitable Adjustment; 252.247-7023, Transportation of Supplies by Sea, and 252.247-7024, Notification of Transportation of Supplies by Sea. The provision at 52.212-2, Evaluation-Commercial Items, applies to this combined synopsis/solicitation. The following factors will be used to evaluate offers: technical compliance of the item offered to meet Government requirements, and low price. Award will be made on the basis of the lowest evaluated price of proposals meeting or exceeding the acceptability standard for non-cost factors. Schedule of Supplies or Services and Prices can be located at http://www.aatd.eustis.army.mil/Business/Divisions/Co ntracting/Acc_Announ.asp, and is to be completed and submitted by all offerors. A solicitation document is not available. Any interested/qualified source that believe they can provide the required components must submit a proposal no later than 2:00 PM, Eastern Daylight Time, 15 April 2004. Submission by facsimile or electronic mean s is NOT authorized. Submit inquiries/proposals regarding this procurement to: Aviation Applied Technology Directorate, ATTN: Mrs. Beth Jackson (AMSRD-AMR-AA-C), 401 Lee Blvd, Fort Eustis, Virginia 23604-5577. Point of Contact is: Beth Jackson, Contra ct Specialist, at (757) 878-2100 ejackson@aatd.eustis.army.mil.
- Place of Performance
- Address: Aviation Applied Technology Directorate ATTN: AMSRD-AMR-AA-C, Building 401, Lee Boulevard Fort Eustis VA
- Zip Code: 23604-5577
- Country: US
- Zip Code: 23604-5577
- Record
- SN00557526-W 20040402/040331212214 (fbodaily.com)
- Source
-
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |