Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF NOVEMBER 14, 2010 FBO #3277
SOLICITATION NOTICE

16 -- UH-60A/L Aft Transition Access Door Installation Kits

Notice Date
11/12/2010
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
336413 — Other Aircraft Parts and Auxiliary 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
W911W6-11-R-0001
 
Response Due
11/30/2010
 
Archive Date
1/29/2011
 
Point of Contact
Erika Faith Matthews, (757) 878-4825
 
E-Mail Address
Aviation Applied Technology Directorate (AMCOM-CC)
(erika.faith.matthews@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 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. The solicitation number is W911W6-11-R-0001 and is issued as a Request for Proposal (RFP). Under this number, the Army Contracting Command (ACC) / Aviation Applied Technology Directorate (AATD) intends to award, under full and open competition, an unrestricted five-year indefinite delivery, indefinite quantity (IDIQ), firm fixed price contract. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 05-46. The applicable North American Industry Classification Standard (NAICS) code is 336413. The small business size standard is 1,000 employees. AATD intends to purchase a minimum of one hundred twenty (120) and a maximum of nine hundred twenty (920) UH-60A/L aft transition access door installation kits, Sikorsky P/N: 70070-20050-011, for integration onto Army rotary wing platforms. Each kit contains a composite aft transition door, Sikorsky P/N: 70207-85302-041; a composite aft transition door jamb, Sikorsky P/N: 70217-85302-105; the left and right door covers, Sikorsky P/Ns: 70080-02056-101 and P/N: 70080-02056-102 and the necessary materials for installation of the kit into each aircraft. These kits must permit installation of an access door in the aircraft tail boom area which will, in turn, permit integration of new ARC-231 communication kits in this area of the airframe. Specifications, plans or drawings relating to this procurement described are not available and cannot be furnished by the Government. The estimated value/ceiling of the IDIQ contract is $40,500,000. The minimum order will be one hundred twenty (120) kits, which will be obligated on the first delivery order concurrent with the award of the master contract. No options are included in this acquisition. The first delivery order will include one hundred twenty (120) UH-60A/L aft transition access door installation kits to be delivered as follows: twenty (20) each delivered by March 15, 2011, twenty (20) each delivered byApril 15, 2011, twenty (20) each delivered by May 15, 2011, twenty (20) each delivered by June 15, 2011; twenty (20) each delivered by July 15, 2011, and twenty (20) each delivered by August 15, 2011. Delivery, Inspection, Acceptance and FOB Point for the first delivery order will be destination, AATD, Ft. Eustis, Virginia. Delivery, Inspection, Acceptance and FOB Point for additional delivery orders will be addressed within each order. Proposals must be firm fxed price and include a unit price per year, along with any economic quantity breaks, for each of the five years. In addition, the following items must be submitted with the proposal: 1) A complete list of all parts and part numbers contained within the door installation kit; 2) Shipping costs (if applicable); 3) Three references for similar product lines with contact names, contract numbers, phone numbers, and email addresses; and 4) Per FAR 52.212-4, The contractor warrants and implies the items delivered hereunder are merchantable and fit for use for the particular purpose described in this contract. As such, the Government desires those vendors submitting a proposal to provide a timeframe for their warranted product, if any. The Government also desires to start the warranty from time of installation rather than delivery. Please provide in your quote a timeframe of the applicable warranty and if there are any issues with time of installation vs. delivery. FAR 52.212-1, Instructions to Offerors Commercial Items, applies to this acquisition and is incorporated by reference. Please review the clause carefully to ensure that you are submitting all required information with your proposal. Also in accordance with the clause, all prospective offerors must be actively registered in the Central Contractor Registration prior to award. FAR 52.212-2, Evaluation-Commercial Items, applies to this acquisition and paragraph (a) is completed as follows: The following factors shall be used to evaluate offers: 1) Technically Acceptable; 2) Low Price; 3) Past Performance. Offerors shall include a completed copy of the provision at FAR 52.212-3 Offeror Representations and Certifications Commercial Items, Alternate I with their offer. Clauses incorporated by reference include FAR 52.203-13, Contractor Code of Business Ethics and Conduct; 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards; 52.212-4, Contract Terms and Conditions-Commercial Items; 52.247-34, F.O.B. Destination; 52.252-2, Clauses Incorporated by Reference; 252.211-7003, Item Identification and Valuation; 252-232-7010, Levies of Contract Payments; 252.246-7000, Material Inspection and Receiving Report. The following clauses will be incorporated in the IDIQ contract in full-text: 52.216-18, Ordering; 52.216-19, Order Limitations; and 52.216-22, Indefinite Quantity. The fill-ins for the clauses are as follows: 52.216-18(a): award of contract through five years thereafter; 52.216-19(a): one hundred twenty (120) each; 52.216-19(b)(1): nine hundred twenty (920) each; 52.216-19(b)(2): nine hundred twenty (920) each; 52.216-19(b)(3): thirty; 52.216-19(d): ten; and 52.216-22(d): 78th month. The Contractor shall not be required to make any deliveries under this contract after the period stated in the order. The following clauses cited within FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders--Commercial Items, apply: 52.222-50 Combating Trafficking in Persons; 52.203-6, Restrictions on Subcontract Sales to the Government, with Alternate I; 52.219-4, Notice of Price Evluation Preference for HUBZone Small Business Concerns; 52.219-6, Notice of Total Small Business Set-Aside; 52.219-8, Utilization of Small Business Concerns; 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; 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; 52.222-54, Employment Eligibility Verification; 52.225-13, Restrictions on Certain Foreign Purchases; and 52.232-33 Payment by Electronic Funds Transfer-Central Contractor Registration. The following clauses cited within DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items, apply: 52.203-3, Gratuities; 252.203-7000, Requirements Relating to Compensation of Former DoD Officials, 252.225-7001 Buy American Act and Balance of Payments Program; 252.225-7012, preference for Certain Domestic Commodities; 252.232-7003, Electronic Submission of Payment Requests; 252.243-7002, Requests for Equitable Adjustment; 252.247-7023, Transportation of Supplies by Sea, and 252.247-7024 Notification of Transportation of Supplies by Sea. The full text of the clauses or provisions may be accessed electronically at one of the following links: http://www.deskbook.osd.mil/, http://farsite.hill.af.mil, http://www.arnet.gov/far. This is an unrestricted request for proposals. Interested firms 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. Proposals are due on November 30, 2010, 2:00 PM EST and shall be submitted electronically via the Safe Site (https://safe.amrdec.army.mil/SAFE/) or in hard copy to the Aviation Applied Technology Directorate, Attn: CCAM-RDT (Erika Matthews), 401 Lee Blvd., Fort Eustis VA 23604-5577. All inquires regarding this procurement must be made in writing to: Aviation Applied Technology Directorate, Attn: CCAM-RDT (Erika Matthews), 401 Lee Blvd., Fort Eustis VA 23604-5577 or via email to erika.faith.matthews@us.army.mil. Contracting Officer P.O.C. is Elizabeth A. Jackson, 757-878-2100 or elizabeth.a.jackson@us.army.mil.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/079397694456c24d7b979062ae83c015)
 
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
SN02326509-W 20101114/101112233528-079397694456c24d7b979062ae83c015 (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.