Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 07, 2008 FBO #2385
SOLICITATION NOTICE

16 -- Sole Source RFP for the removal and shipping of C-27A hardware components/assemblies to support the JCA live fire test and evaluation.

Notice Date
6/5/2008
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
488190 — Other Support Activities for Air Transportation
 
Contracting Office
Department of the Army, U. S. Army Materiel Command, U.S. Army Aviation and Missile Life Cycle Management Command (Aviation), US Army Aviation and Missile Command (Aviation), ATTN: AMSAM-AC, Building 5303, Martin Road, Redstone Arsenal, AL 35898-5280
 
ZIP Code
35898-5280
 
Solicitation Number
W58RGZ08R0646
 
Response Due
6/20/2008
 
Archive Date
8/19/2008
 
Point of Contact
Carole Hubbard, (256)876-3390
 
Small Business Set-Aside
Total Small Business
 
Description
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 combined synopsis/solicitation is issued as a sole source RFP under solicitation number W58RGZ-08-R-0646. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-25. This effort is a small business set-aside sole source to Western International Aviation (WIA), 5951 South Wilmot Road, Tucson, Arizona 85706-9203. The appropriate NAICS code is 488190, with a size standard of $6.5 million. Resultant contract will be a firm-fixed price contract. The CLIN structure for this RFP is as follows: CLIN 0001, one (1) lot of C-27A aircraft hardware components/assemblies that includes the removal and shipment of the following items: one (1) C-27A wing assembly (P/N 10390), three (3) C-27A liquid oxygen converter assemblies (P/N 29073D2-ASSY), C-27A flight control components [one (1) each Rudder FWD Quad (P/N 04781-001AASSY); Elevator L/R FWD Quad (P/N 04774-001A1ASSY); Aileron L/R FWD Quad (P/N 68022-101B1ASSY)], one (1) C-27A forward fuselage cabin assembly {Forward of datum 6000 inch location, point 9} (P/N 213BASSY), one (1) C-27A main landing gear assembly (P/N 90234-001A01 & 90234-001A02), C-27A engine and propeller assembly (P/N 6014T48G01 and 63E60-31). Upon removal of hardware from the salvage aircraft, the remaining aircraft fuselage carcass shall be covered with a protective cover to protect exposed components from the environment. REQUIREMENT DESCRIPTION: 1.0 PURPOSE: Aforementioned equipment is required to complete Joint Cargo Aircraft (JCA) Life Fire Test & Evaluation (LFT&E) under contract number W58RGZ-07-D-0099. The U.S. Department of State, Bureau for International Narcotics and Law Enforcement Affairs, Office of Aviation (INL/A) has authorized the JCA Joint Product Office to obtain said components/assemblies from a salvaged aircraft located at Western International Aviation, Tucson, Arizona. 2.0 DELIVERY: All hardware components/assemblies must be removed and delivered no later than 30 Jul 2008. Specific delivery locations for each component/assembly are as follows: C-27A wing assembly shall be delivered to: USAF 780 TS/OL-AC, 2710 D Street, Building 94, Wright Patterson Air Force Base (WPAFB), OH 45433 [ATTN: Jeff Bird, 937-255-7711 Ext 260 and Scott Wacker, 937-255-6302 Ext 221]; C-27A liquid oxygen system assemblies, C-27A flight control components and C-27A forward fuselage cabin assembly shall be delivered to: W4QV USAG Aberdeen PG, Gadsden Road, Building 3660, Aberdeen Proving Ground, MD 21005-5001 [ATTN: ARL (Mrs. Cindy Gentle) 410-278-4406 and Andrew Bajko 410-278-7867]; C-27A main landing gear assembly shall be delivered to: US Army Aviation and Missile Life Cycle Management Command, Sustainment Support Center, ATTN: AMSRD-AMR-SE-ES, Building 3460, Aerobee Road, Redstone Arsenal, AL 35898-5400 [ATTN: Karen Trammell 256-313-3976 and Phil Dussault 256-876-5922]; C-27A engine and propeller assembly shall be delivered to: US Department of State (INL/A), 2765 Business Center Boulevard, Melbourne, FL 32940. FOB is destination. The provision at FAR 52.212-1, Instructions to Offerors Commercial, applies to this acquisition. The offeror must include a completed copy of the provision at FAR 52.212-3, Offeror Representations and Certifications Commercial Items, and Defense FAR Supplement (DFARS) 252.212-7000, Offeror Representations and Certifications Commercial Items, with its proposal. FAR 52.212-4, Contract Terms and Conditions Commercial Items, applies to this acquisition. FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items, and DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items, apply to this acquisition. Applicable clauses under FAR 52.212-5 are: 52.233-3, 52.233-4, 52.203-6, 52.219-6, 52.219-8, 52.219-14, 52.219-28, 52.222-3, 52.222-19, 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.222-39, 52.222-50, 52.232-33, 52.222-41, 52.222-42, 52.222-53. Applicable clauses under DFARS 252.212-7001 are: FAR 52.203-3, 252.225-7001, 252.232-7003 and 252.243-7002. DFARS 252.209-7001 applies to this acquisition. The offerors proposal must be signed, dated and delivered or mailed to the following office no later than 10:00 a.m. (Central) on 20 Jun 2008: US Army Aviation and Missile Life Cycle Management Command, ATTN: AMSAM-AC-AR-C/Carole Hubbard, Building 5309 Workstation 92C100, Redstone Arsenal, Alabama 35898-5000. The Point of Contact for this action is Carole Hubbard, (256) 876-3390 or carole.hubbard@peoavn.army.mil. See Notes 1 and 22.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=f1951f8f74628b2fd3d670910f68a328&tab=core&_cview=1)
 
Place of Performance
Address: US Army Aviation and Missile Command (Aviation) ATTN: AMSAM-AC-AR-C/Carole Hubbard, Building 5309, Martin Road Redstone Arsenal AL
Zip Code: 35898-5000
 
Record
SN01587609-W 20080607/080605220253-f1951f8f74628b2fd3d670910f68a328 (fbodaily.com)
 
Source
FedBizOpps Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.