SOLICITATION NOTICE
16 -- Purchase 35kVA APU Generators for the MH-60 Aircraft
- Notice Date
- 12/18/2008
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 336413
— Other Aircraft Parts and Auxiliary Equipment 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
- H92241-09-R-0003
- Archive Date
- 2/17/2009
- Point of Contact
- Anthony E Watson, Phone: 757-878-0730 X243
- E-Mail Address
-
anthony.e.watson@us.army.mil
- Small Business Set-Aside
- N/A
- Description
- (i) This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in the Federal Acquisition Regulation (FAR) 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. PAPER COPIES OF THIS SOLICITATION WILL NOT BE AVAILABLE. The solicitation will be issued on the World Wide Web and can be found at the following web site: http://www.fbo.gov (ii) Solicitation H92241-09-R-0003 is issued as a Request for Proposal using Simplified Acquisition Procedures under the test program for certain commercial items found at FAR Part 13.5. (iii) The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-28, dated 12 Dec 2008. It is the contractor’s responsibility to be familiar with applicable clauses and provisions. (iv) This is a commercial non-restricted acquisition. The North American Industry Classification System (NAICS) is 336413 with a small business size standard of 1,000 employees. (v) Technology Applications Contracting Office (TAKO) has a requirement to purchase 15 each 35Kva APU Generators, p/n 28B508-1B (or equal), NSN: 1680-01-480-6542, for the MH-60M aircraft. (vii) Delivery needs to be on or before 1 Aug 2009 to the Special Operations Forces Support Activity (SOFSA) at Lexington, KY. FOB is Origin. (viii) The following FAR provision is applicable to this procurement: 52.212-1 Instructions to Offerors--Commercial Items (JUN 2008), applies to this acquisition and is hereby incorporated by reference. (ix) Solicitation provision at FAR 52.212-2, Evaluation – Commercial Items (JAN 1999), is hereby incorporated by reference. Evaluation will be (a) The Government will award a contract resulting from this solicitation to the responsible low offeror whose offer conforming to the solicitation will be most advantageous to the Government as a Lowest Price Technically Acceptable (LPTA) best value award. The following factors shall be used to evaluate offers in the order of importance: (i) technical acceptability (ii) delivery time (iii) price. The Government reserves the right to evaluate and make a best value decision. This could result in award to other than the lowest priced offer if other factors are not met. (x) Offerors are reminded to include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications--Commercial Items (JUN 2008), and DFARS 252.212-7000, Offeror Representations and Certifications-Commercial Items (JUN 2005), with his/her offer unless it is available on-line as implemented under ORCA (On-line Representations and Certifications Application). A copy of the Certifications and Representatives can be found at the following website: https://orca.bpn.gov. (xi) Clause 52.212-4, Contract Terms and Conditions--Commercial Items (FEB 2007) is hereby incorporated by reference. (xii) Clause 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders--Commercial Items (JUN 2008) and (DEVIATION) is hereby incorporated by reference. The following paragraphs apply to this solicitation and any resultant contract, 52.203-6, 52.211-15, 52.219-8, 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, 52.225-13, 52.232-33. (xiii) Additional Contract Terms and Conditions applicable to this procurement are: FAR 52.211-17, 52.247-29, 52.253-1, DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Order Applicable to Defense Acquisitions of Commercial Items (MAR 2008) is hereby incorporated by reference. The following paragraphs apply from this clause to this solicitation and any resultant contract, 52.203-3, 252.225-7001, 252.232-7003, 252.243-7002. The following paragraphs apply to this solicitation and any resultant contract 52.252-2, 52.252-6, 252.204-7004 Alt A, 252.204-7006, 252.211-7003, Item Identification and Valuation, 252.246-7000, 252.247-7023, 5652.232-9003, 5652.246-9001. (xiv) The Defense Priorities and Allocation Systems (DPAS) assigned rating for this procurement is DO-A1. (xv) There are no applicable numbered notes. (xvi) This announcement will close and proposals are due by 5:00 PM (EDT) 2 FEB 2009. Signed and dated offers must be submitted to U.S. Special Operations Command, Technology Applications Program Office, AMSAT-D-TK (Tony Watson), Bldg 408 Lee Blvd, Ft. Eustis VA 23604-5577. Responsible sources may submit a proposal that shall be considered. Offers may be submitted via mail, email or facsimile. (xvii) POC: Tony Watson at 757-878-0730 Ext 243, Fax 757-878-0728, or e-mail anthony.e.watson@us.army.mil.
- Web Link
-
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=5cdcd2c05df495f8deee6f532e387ff6&tab=core&_cview=1)
- Place of Performance
- Address: U.S.SPECIAL OPERATION COMMAND, Technology Applications Program Office, AMSAT-D-TK, Bldg 408, Lee Blvd., Ft Eustis, Virginia, 23604-5577, United States
- Zip Code: 23604-5577
- Zip Code: 23604-5577
- Record
- SN01721012-W 20081220/081218215029-5cdcd2c05df495f8deee6f532e387ff6 (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 |