Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 05, 2008 FBO #2413
SOLICITATION NOTICE

16 -- CDU-7000 CONTROL DISPLAY UNITS

Notice Date
7/3/2008
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334511 — Search, Detection, Navigation, Guidance, Aeronautical, and Nautical System and Instrument Manufacturing
 
Contracting Office
Other Defense Agencies, U.S. Special Operations Command, Technical Applications Contracting Office (TAKO), ATTN: AMSAM-TASO-K, Lee Boulevard, Building 401, Fort Eustis, Virginia, 23604-5577
 
ZIP Code
23604-5577
 
Solicitation Number
AV8R104100R100
 
Archive Date
7/26/2008
 
Point of Contact
Stanford Williams,, Phone: 7578783299, Terri L. Tew,, Phone: 757-878-5223 X246
 
E-Mail Address
stanford.williams@us.army.mil, terri.tew@us.army.mil
 
Small Business Set-Aside
N/A
 
Description
The U.S. Special Operations Command Technical Applications Contracting Office (TAKO), Fort Eustis, VA intends to negotiate a sole-source contract with Rockwell Collins, Cedar Rapids, IA for the following items: two (2) each CDU-7000 Control Display Units; part number 822-1729-002. The Contractor must provide all items, and partial shipments are authorized at no additional cost to the Government. Delivery shall be at Fort Campbell, KY. Rockwell Collins is the designer, developer and manufacturer of the requested items and owns all proprietary data. The authority for this non-competitive, sole source award is FAR 6.302-1. Interested concerns may identify their interest and submit a capability statement that demonstrates their ability to provide the required equipment. Information received will be considered solely for the purpose of determining whether to conduct a competitive acquisition. This notice is NOT a request for competitive proposals. No solicitation is available; therefore, requests for such documents will be considered invalid responses. A determination by the Government not to compete this proposed requirement is solely within the discretion of the Government.. The following provisions and clauses apply to this acquisition: The provision at FAR 52.212-1, Instructions to Offerors--Commercial Items. The clause at 52.212-2, Evaluation Commercial Items. The provision at FAR 52.212-3, Offeror Representations and Certifications -- Commercial Items. The clause at FAR 52.212-4, Contract Terms and Conditions-Commercial Items with an addendum; FAR 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders--Commercial Items. Specifically, the following clauses cited are applicable to this solicitation: FAR 52.222-26, Equal Opportunity; FAR 52.211-14, Notice of Priority Rating for National Defense Use, FAR 52.211-15, Defense Priority and Allocation Requirements, FAR 52.222-35, Affirmative Action for Disabled Veterans and Veterans of the Vietnam Era; FAR 52.222-36, Affirmative Action for Handicapped Workers; FAR 52.222-37, Employment Reports on Disabled Veterans and Veterans of the Vietnam Era. The clause at FAR 52.232-33, Payment by Electronic Funds-Central Contractor Registration. The clause at DFARS 252.204-7004, Required Central Contractor Registration; DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statues or Executive Orders; DFARS 252.225- 7001, Buy American Act and Balance of Payment Program. All firms must be registered in the Central Contractor Registration database @ www.ccr.gov. The above provisions and clauses can be found at http://farsite.hill.af.mil. The Defense Priorities and Allocation Systems (DPAS) assigned rating for this procurement is DO-A1. There are no numbered notes applicable. All responses to Notice AV8R104100R100 must be in writing. If no technically responsible responses by interested parties are received by 4:30 PM EST on 11 July 2008, the Contracting Officer will proceed to issue a contract to Rockwell Collins. The North American Industry Classification System (NAICS) code for this acquisition is 334511; the business size is over 1000 and the dollar amount is over $17,000,000.00. All questions should be directed to Stanford Williams at stanford.williams@us.army.mil.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=bf2d42f309d82fca65d1cffbaac95cd3&tab=core&_cview=1)
 
Place of Performance
Address: SPECIAL OPERATIONS COMMAND, FORT CAMPBELL, Kentucky, 42223, United States
Zip Code: 42223
 
Record
SN01607355-W 20080705/080703220231-bf2d42f309d82fca65d1cffbaac95cd3 (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.