Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 21, 2011 FBO #3679
SOLICITATION NOTICE

16 -- UH-60 Transition Door Assemblies

Notice Date
12/19/2011
 
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-R-0005
 
Response Due
12/23/2011
 
Archive Date
2/21/2012
 
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-R-0005 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 a firm fixed price contract. 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 purchase two hundred twenty (220) UH-60 Transition Door Assemblies for integration into Army rotary wing platforms. Each Door Assembly shall include: Composite Door (part number 70207-85302-041), Door Notch Covers (part numbers 70080-02056-101, 70080-02056-102), Door Jamb (part number 70217-85302-103), and Door Lock Set (no part number; with 5 additional barrels per set keyed alike for replacement of lock barrels throughout each aircraft for a 'one key fits all' situation). Door Assemblies must be delivered with the EMI Door Seals 70207-85302-108, 109, 110, 111, 112 installed and must be primed and painted in accordance with Field Sheet 1 Rev K, with the outside door (including latches) painted Aircraft Green Part Number: WF34031 (MIL Spray) official green 34031. 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 does not possess a complete set of specifications and technical plans to support full and open competition. The Government intends to award the contract to Eagle Aviation Technologies, LLC located at 3200 Magruder Blvd, Hampton, VA 23666. Delivery will be FOB destination to Fort Eustis, VA according to the following schedule: twenty (20) each delivered ninety (90) days after receipt of order (ARO) and an additional twenty (20) each delivered every thirty (30) days thereafter until all deliveries have been made. 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; 52.203-6, Restrictions on Subcontract Sales to the Government, with Alternate I; 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; 52.222-35, Equal Opportunity for Veterans; 52.222-36, Affirmative Action for Workers with Disabilities; 52.222-37, Employment Reports on Veterans; 52.222-40, Notification of Employee Rights Under the National Labor Relations Act; 52.222-54, Employment Eligibility Verification; 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving; 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, 252.205-7000, Provision of Information to Cooperative Agreement Holders; 252.225-7001 Buy American Act and Balance of Payments Program; 252.225-7012, Preference for Certain Domestic Commodities; 252.226-7001, Utilization of Indian Organizations; Indian-Owned Economic Enterprises, and Native Hawaiian Small Business Concerns; 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. Eagle Aviation Technologies, LLC is the only known source; however, 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 December 23, 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.civ@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/42dd227e773d63f1b33844c493a1ec53)
 
Place of Performance
Address: ACC-RSA-AATD - (SPS) ATTN: AMSRD-AMR-AA-C, Building 401, Lee Boulevard Fort Eustis VA
Zip Code: 23604-5577
 
Record
SN02641910-W 20111221/111219234517-42dd227e773d63f1b33844c493a1ec53 (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.