SOLICITATION NOTICE
16 -- Assembly of UH-60A/L Aft Transition Door Kits
- Notice Date
- 12/16/2011
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 336411
— Aircraft Manufacturing
- Contracting Office
- ACC-RSA-AATD - (SPS), ATTN: AMSRD-AMR-AA-C, Building 401, Lee Boulevard, Fort Eustis, VA 23604-5577
- ZIP Code
- 23604-5577
- Solicitation Number
- W911W6-12-T-0002
- Response Due
- 12/21/2011
- Archive Date
- 2/19/2012
- Point of Contact
- Erika Faith Matthews, (757) 878-4825
- E-Mail Address
-
ACC-RSA-AATD - (SPS)
(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. The solicitation number is W911W6-12-T-0002 and is issued as a Request for Quote (RFQ). Under this number, the Army Contracting Command (ACC) / Aviation Applied Technology Directorate (AATD) intends to award a firm fixed price purchase order. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-54. The applicable North American Industry Classification Standard (NAICS) code is 336411. The small business size standard is 1,500 employees. AATD intends to procure services for the completion of three (3) each UH-60A/L Aft Transition Door Kits (Serial No. 11-11-07). Kits shall be provided as Government Furnish Property and shall be heat treated, finished, and assembled per Government drawings. This procurement is being done on a non-competitive basis under the authority of Section 4202 of the Clinger-Cohen Act of 1996. The Government intends to award the contract to Kaiser Aircraft Industries, Inc. located at 1943 50th Street N, Birmingham, AL 35212-1007. Services shall be completed at the Contractor's facility in accordance with the following schedule: the first kit shall be delivered within two weeks of award of purchase order, the second kit shall be delivered four weeks after award and the third kit shall be delivered six weeks after award. Inspection and acceptance will occur at destination. The provision at FAR 52.212-1, Instructions to Offerors Commercial Items, applies to this acquisition and is incorporated by reference. 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. Also in accordance with the clause, all prospective offerors must be actively registered in the Central Contractor Registration prior to award. Clauses incorporated by reference include FAR 52.212-4, Contract Terms and Conditions-Commercial Items; 52.247-34, F.O.B. Destination; 52.252-2, Clauses Incorporated by Reference; 252.232-7010, Levies of Contract Payments; and 52.246-7000, Material Inspection and Receiving Report. 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; 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards; 52.209-6, Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment; 52.219-8, Utilization of Small Business Concerns; 52.219-28, Post Award Small Business Program Rerepresentation; 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; 52.222-36, Affirmative Action for Workers with Disabilities; 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving; 52.225-13, Restrictions on Certain Foreign Purchases; 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration; 52.222-41, Service Contract Act of 1965, as Amended; 52-222-42, Statement of Equivalent Rates for Federal Hires; and 52.222-44, Fair Labor Standards Act and Service Contract Act-Price Adjustment. 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: 252.203-7000, Requirements Relating to Compensation of Former DoD Officials; 252.225-7001 Buy American Act and Balance of Payments Program; 252.232-7003, Electronic Submission of Payment Requests; 252.243-7002, Requests for Equitable Adjustment; 252.247-7023, Transportation of Supplies by Sea, Alternate III; 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. Kaiser Aircraft Industries, LLC is the only known source for this service; however, interested firms may identify their interest and capability to respond to the requirement and submit a quote. All responsible sources that submit an offer will be considered. Quotes are due on December 21, 2011, 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 inquiries 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.f.matthews.mil@mail.mil. Contracting Officer P.O.C. is Elizabeth A. Jackson, 757-878-2100 or elizabeth.a.jackson.civ@mail.mil.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/0e07d0dfc3964ee6b3bd232c77edd280)
- Place of Performance
- Address: ACC-RSA-AATD - (SPS) ATTN: AMSRD-AMR-AA-C, Building 401, Lee Boulevard Fort Eustis VA
- Zip Code: 23604-5577
- Zip Code: 23604-5577
- Record
- SN02640701-W 20111218/111216234200-0e07d0dfc3964ee6b3bd232c77edd280 (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 |