Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 16, 2011 FBO #3583
SOLICITATION NOTICE

99 -- Purchase of six (6) each Aviation Mission Planning systems (AMPS) Computer Units (ACU) for the Kingdom of Sweden

Notice Date
9/14/2011
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334111 — Electronic Computer Manufacturing
 
Contracting Office
ACC-RSA - (Aviation), ATTN: AMSAM-AC, Building 5303, Martin Road, Redstone Arsenal, AL 35898-5280
 
ZIP Code
35898-5280
 
Solicitation Number
W58RGZ11Q0383
 
Response Due
9/22/2011
 
Archive Date
11/21/2011
 
Point of Contact
Katherine Pettey, (256)313-4595
 
E-Mail Address
ACC-RSA - (Aviation)
(katherine.pettey@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 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. The combined synopsis/solicitation is issued as a sole source Request for Proposal (RFP) under solicitation number W58RGZ-11-Q-0383. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-38 effective 01 February 2010 and Defense Federal Acquisition Regulation Supplement (DFARS) Document Change Notice (DCN) current to 20100305. This procurement is being conducted pursuant to FAR 6.302-1 for other than full and open competition to VT Miltope, 3800 Richardson Road South, Hope Hull, AL 36043. The associated North American Industrial Classification Systems (NAICS) code for this procurement is 334111 with an associated small business size standard of 500 employees. New equipment ONLY, NO remanufactured products, and no "grey market". Offerors must be registered in Central Contractor Registration (CCR). Only qualified offerors may submit quotes. This acquisition is firm-fixed-price. The Product Directorate for Aviation Networks and Mission Planning (PD ANMP) team requires six (6) each RLC-3G ACU for the Kingdom of Sweden aviation units FMS Case SW-B-WAD to support their purchase of UH-60M helicopters through PM Utility. The authority permitting other than full and open competition is 10 U.S.C. 2304(c)(1), as implemented by FAR 6.302-1 entitled "Only One or a Limited Number of Responsible Source and No Other Type Supplies or Services Will Satisfy Agency Requirements." The proposed acquisition requires the use of the authority cited based on the following: a.) The AMPS as stated in the Letter of Offer and Acceptance signed by the SW Government, dated 30 September 2010 refers to the entire mission planning system. Four (4) AMPS were recommended, with an option for an additional six (6). SW opted for four (4) computers plus two (2) computers from the option, for a total of six (6) computers. The components of AMPS are listed in TM 1-7010-386-12&P P/N 1004008. Specifically, the ACU is identified as Part Number 1005487-2, which corresponds to the VT Miltope RLC-3G ACU. b.) The RLC-3G ACU is manufactured and available only from the proposed contractor, VT Miltope, Cage Code 54418, 3800 Richardson Road South, Hope Hull, AL 36043. VT Miltope is the only source capable of providing the capabilities as they are the developer of the RLC-3G ACU. VT Miltope has proprietary rights on the RLC-3G ACU design, functions and critical operational capabilities. The proposed contractor possesses the only existing database, proprietary software source code, special tools, equipment and facilities capable of fulfilling this requirement. VT Miltope's unique position comes from being the designer, developer, and sole producer of the ACU. c.) The Government does not possess the technical data required by other contractors, or the Government, to manufacture the ACU. d) VT Miltope maintains the exclusive engineering expertise, design and configuration data, proven production capability and experience and the test and qualification data associated with the ACU. No other manufacturer has the design information or technical data required to produce the system. As the developer and sole manufacturer of the ACU, they are the only contractor capable of producing the required product. Based on the above rationale, the determination has been made that there are no other sources capable of providing the equipment referenced above. Packaging will be standard commercial packaging. Delivery of all six (6) AMPS will be by 30 December 2011. Inspection and acceptance will be FOB Origin, and the items will be picked up by Government vehicle. The contractor should notify the Government thirty (30) days prior to arrange pick up. Provisions and clauses applicable to this acquisition are as follows: FAR 52.212-1 Instructions to Offerors-Commercial Items, FAR 52.212-3 Offeror Representations and Certifications- Commercial Items, 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 (applicable clauses are: 52.219-28, 52.222-19, 52.222-21, 52.222-26, 52.222-36, 52.225-13, and 52.232-33), FAR 52.222-20 Walsh-Healey Public Contracts Act, DFARS 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items, and DFARS 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports. Proposals shall include a copy of the provision at FAR 52.212-3 Offeror Representations and Certifications - Commercial Items or certification that these have been completed online via Online Representations and Certifications Application (ORCA) at http://www.bpn.gov. The offeror's proposal must be signed, dated, and delivered, submitted electronically, or mailed to the following office no later than 4:30 p.m. (Central) on 22 September 2011: Army Contracting Command - Redstone, ATTN: CCAM-AR-C, Katherine Pettey, Contract Specialist, Building 5309, Room 9237, Redstone Arsenal, Alabama 35898, Fax number: 256-876-3297, or Email address: katherine.pettey@us.army.mil. No telephone requests will be accepted. See Note 22.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/5a65e662bc095e5aa1bf4ea1ebde7f65)
 
Place of Performance
Address: ACC-RSA - (Aviation) ATTN: AMSAM-AC, Building 5303, Martin Road Redstone Arsenal AL
Zip Code: 35898-5280
 
Record
SN02576908-W 20110916/110915000901-5a65e662bc095e5aa1bf4ea1ebde7f65 (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.