Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 03, 2010 FBO #3143
SOLICITATION NOTICE

58 -- SATCOM Components

Notice Date
7/1/2010
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334220 — Radio and Television Broadcasting and Wireless Communications Equipment Manufacturing
 
Contracting Office
Aviation Applied Technology Directorate (AMCOM-CC), ATTN: AMSRD-AMR-AA-C, Building 401, Lee Boulevard, Fort Eustis, VA 23604-5577
 
ZIP Code
23604-5577
 
Solicitation Number
W911W6-10-D-0005
 
Response Due
7/9/2010
 
Archive Date
9/7/2010
 
Point of Contact
Robert Waible, 757-878-2062
 
E-Mail Address
Aviation Applied Technology Directorate (AMCOM-CC)
(robert.waible@us.army.mil)
 
Small Business Set-Aside
N/A
 
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. 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 is a non-competitive action in accordance with Section 4202 of the Clinger-Cohen Act of 1996. This announcement constitutes the only solicitation. Proposals are being requested and a written solicitation will not be issued. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 05-37. The applicable NAICS code is 334220. The small business size standard is 750 employees. This acquisition has been designated as unrestricted. The U.S. Army Contracting Command (CCAM-RDT) intends to increase the ceiling value of IDIQ contract No. W911W6-10-D-0005 by $6,450,000, for a new value/ceiling of $11,450,000. This will be done on a sole source basis under authority of Section 4202 of the Clinger-Cohen Act of 1996. The intended source for these components is Harris Corporation, located at 1680 University Ave, Rochester, NY 14610. Harris is the only known source with the unique capability to supply the stated components for military aircraft while also meeting the required performance standard. Additionally, Harris Corporation is the Original Equipment Manufacturer. The associated design, documentation, and qualification testing required to substantiate airworthiness of any other such components precludes meeting the project schedule. ACC intends to award a Firm-Fixed-Price Indefinite Delivery/Indefinite Quantity (IDIQ) contract with a period of performance of five (5) years. The new estimated value/ceiling of the master IDIQ contract is $11,450,000. The 6th delivery order will be executed concurrently with the increase in value/ceiling to the master IDIQ contract and will require a minimum quantity of fifteen (15) Multiband, manpack radios, P/N: AN/PRC-117F. Delivery of these manpack radios is intended for U.S. Army Aviation Applied Technology Directorate (AATD), 401 Lee Boulevard, Fort Eustis, Va. 23604. Delivery is required within 90 days of the contract date. Inspection/Acceptance and FOB Point are destination, AATD, Fort Eustis, Va. The provision at 52.212-1, Instructions to Offerors Commercial Items, applies to this acquisition without addenda. Offerors shall include a completed copy of the provision at 52.212-3 Offeror Representations and Certifications Commercial items, Alternate I with its offer. The following FAR Clauses are applicable to this acquisition: 52.212-4, Contract Terms and Conditions-Commercial Items applies to this acquisition without addenda; 52.212-5, Contract Terms and Conditions Required to Implement Status or Executive Orders-Commercial Items; 52.216-18 Ordering; 52.216-19 Order Limitations; and 52.216-22 Indefinite Quantity. The following clauses cited within FAR 52.212-5 apply: 52.203-6, Restrictions on Subcontractor Sales to the Government, Alternate I; 52.219-8, Utilization of Small Business Concerns; 52.219-9, Small Business Subcontracting Plan, Alternate II; 52.222-3, Convict Labor; 52.222-19, Child Labor-Cooperation with Authorities and Remedies; 52.222.21, Prohibition of Segregated Facilities; 52.222-26, Equal Opportunity; 52.222-35 Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans; Equal Opportunity; 52.222-36, Affirmative Action for Workers with Disabilities; 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans; 52.222-50, Combating Trafficking in Persons; 52.225-13, Restriction on Certain Foreign Purchases; 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration; and 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Items. The clause at DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items applies to this acquisition. The following clauses cited within 252.212-7001 apply: 52.203-3 Gratuities; 252.205-7000, Provision of Information to Cooperative Agreement Holders; 252.219-7003 Small, Disadvantaged and Woman-Owned Small Business Subcontracting Plan; 252.225-7001, Buy American Act and Balance of Payments Program; 252.243-7002, Requests for Equitable Adjustments; 252.232-7003, Electronic Submission of Payment Requests; 252.247-7023, Transportation of Supplies by Sea; and 252.247-7024, Notification of Transportation of Supplies by Sea. The clause at 252.211-7003, Item Identification and Valuation also applies. As previously noted, the intended source of supply for this acquisition is Harris Corporation. Specifications, plans, or drawings relating to this procurement described are not available and cannot be furnished by the Government. Proposals are due 9 July 2010, by 5:00 P.M. Eastern Standard Time. Harris Corporation is the only known source, however, interested parties may identify their interest and capability to respond to the requirement, and submit a proposal. All responsible sources that submit an offer will be considered. A solicitation document is not available. Submit inquiries regarding this procurement to: Army Contracting Command (ACC), ATTN: Robert Waible (CCAM-RDT), 401 Lee Boulevard, Fort Eustis, Va. 23604-5577. Point of contact is Robert Waible at (757)878-2062 or robert.waible@us.army.mil
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/41aaffd612ee3d006b520c6acd1d7cc5)
 
Place of Performance
Address: Aviation Applied Technology Directorate (AMCOM-CC) ATTN: AMSRD-AMR-AA-C, Building 401, Lee Boulevard Fort Eustis VA
Zip Code: 23604-5577
 
Record
SN02194935-W 20100703/100701235945-41aaffd612ee3d006b520c6acd1d7cc5 (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.