SOLICITATION NOTICE
16 -- Crash Worth Fuel System Repairs and Parts - Parts List
- Notice Date
- 9/10/2009
- 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-D-CWFS
- Archive Date
- 10/15/2009
- Point of Contact
- Terri L. Tew, Phone: 757-878-5223 X246
- E-Mail Address
-
terri.tew@us.army.mil
(terri.tew@us.army.mil)
- Small Business Set-Aside
- N/A
- Description
- Aux Tank Parts List The United States Special Operations Command (USSOCOM), Technology Applications Contracting Office (TAKO), intends to award an Indefinite Delivery - Indefinite Quantity (IDIQ) contract for Crash Worthy Fuel System (CWFS) repairs and spare parts in support of the 160th Special Operations Aviation Regiment (Airborne) ((SOAR (A)) fleet of aircraft include: the A/MH-6M Little Bird, the MH-47E and MH-47G Chinook models; the MH-60K, MH-60L, and the future MH60M models of the Blackhawk. This announcement constitutes the only solicitation; proposals are being requested and an additional written solicitation will not be issued. This synopsis/solicitation is being issued as a Request for Quote (RFQ) using Simplified Acquisition Procedures under the test program for certain commercial items found at FAR Part 13.5. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-30 and Defense Federal Acquisition Regulation Supplement, Defense Change Notice (DCN) 20090115. The NAICS code is 336413. The small business size standard is 1000 Employees. This requirement is for repair and overhaul of the fuel tank systems, minor modifications and retrofits, and the procurement of parts for minor repairs to the auxiliary fuel tanks. The fuel tank systems used on the SOAR (A) fleet of aircraft are referred to as the Goliath Fuel Tank System, 185 Gallon Pump System, 185 Gallon Suction System, 200 Gallon Fuel Tank System and the 800 Gallon Fuel Tank System. All fuel systems include Forward Area Refueling Equipment (FARE). The contractor must be able to perform all three levels of maintenance and repair; and the vendor must be able to overhaul and retrofit the internal components of these fuel systems. Additionally, the contractor must be able to support parts procurement by the Government to affect minor repair. The minimum repair quantity/overhaul will be 10. The maximum quantity will be 100. The contract is intended to be awarded to Robertson Aviation, LLC, 800 West Carver Road, Suite 101, Tempe, AZ 85284-5264. The Government intends to award a five (5) year contract, including a base year and four (4) one (1) year options, for this purchase on an other than full and open competitive basis. The Government intends to solicit and negotiate with only one source under authority FAR.6.302-1 (Only one responsible source and no other supplies or services will satisfy agency requirements). FOB point is Destination. Inspection and acceptance shall be at Origin by the Government. The following provisions and clauses apply to this acquisition: The provision at FAR 52.212-1, Instructions to Offerors--Commercial Items. Offers shall be evaluated on a technically acceptable, low offer basis. The clause at 52.212-2, Evaluation Commercial Items. The provision at FAR 52.212-3, Offeror Representations and Certifications -- Commercial Items, and the offeror must ensure a completed ORCA is available for download. The clause at FAR 52.212-4, Contract Terms and Conditions-Commercial Items; 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 Statutes 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. The Government does not posses and cannot furnish the technical data required to develop engineering descriptions, technical data packages, or specifications necessary to permit full and open competition. This notice of intent is not a request for competitive proposals; however, all responsible sources may submit a proposal which shall be considered. The North American Industrial Classification Code is 336413. The point of contact (POC) for this effort is Mrs. Terri Tew, Contracting Office at 757-878-3299 ext. 246 or email terri.tew@us.army.mil.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/ODA/USSOCOM/FortEustisVA/H92241-09-D-CWFS/listing.html)
- Record
- SN01949355-W 20090912/090911000920-ab6ba37d0b73f9fee8484756a69017bd (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 |