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
- 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 |