SPECIAL NOTICE
A -- Aviation Integration Maintenance and Modification (AIMS)
- Notice Date
- 1/31/2012
- Notice Type
- Special Notice
- NAICS
- 488190
— Other Support Activities for Air Transportation
- Contracting Office
- ACC-APG - Aberdeen Division B, HQ CECOM CONTRACTING CENTER, 6001 COMBAT DRIVE, ABERDEEN PROVING GROU, MD 21005-1846
- ZIP Code
- 21005-1846
- Solicitation Number
- W15P7T12RA001
- Archive Date
- 1/30/2013
- Point of Contact
- Marjorie Roberts, 443-861-4655
- E-Mail Address
-
ACC-APG - Aberdeen Division B
(marjorie.j.roberts.civ@mail.mil)
- Small Business Set-Aside
- N/A
- Description
- W15P7T-12-R-A001 Total 8(a) Set-Aside Aviation Integration Maintenance and Modification (AIMS) ****ATTENTION**** FORMAL COMMUNICATION RELATED TO THIS ACQUISITION SHOULD BE DIRECTED TO: Ms. Marjorie Roberts, Contracting Officer, email: marjorie.j.roberts.civ@mail.mil or Ms. Sharon Snow, Contract Specialist, email: sharon.l.snow.civ@mail.mil. NO TELEPHONE REQUESTS WILL BE ACCEPTED. The US Army Contracting Command-Aberdeen Proving Ground (ACC-APG) has a requirement for a three year Indefinite Delivery Indefinite Quantity (IDIQ), best value, contract, to be awarded in June 2012 for support services for engineering, flight test, sensor integration, aircraft and avionic unit and intermediate level maintenance support, aircraft and avionics equipment modification, associated research and development activities as well as associated prototype fabrication support. Target platforms include all aircraft assigned to the Communications Electronics Research, Development and Engineering Center (CERDEC) Flight Activity (CFA), the Intelligence and Information Warfare Directorate (I2WD) and Night Vision and Electronic Sensors Directorate (NVESD), as well as other customer aircraft delivered to airfields for service. Place of performance will be Hanger 5, Joint Base McGuire-Dix-Lakehurst (JBMDL), Lakehurst, New Jersey and/or the NVESD Air Systems Division, Building 3126, Davison Airfield, Ft. Belvoir, Virginia. Site visit/tour of Hanger 5 is planned for late February 2012. Additional information will be posted with the official Request for Proposal. The proposed procurement plan is for a single award using Federal Acquisition Regulation (FAR) 16.504(c)(1)(ii)(B)(4) pending approval of the Determination & Finding memo. The Government contemplates award of a Cost Plus Fixed Fee/Firm Fixed Price (CPFF/FFP); IDIQ type contract IAW FAR 16.504, as the Government cannot predetermine, above a specified minimum, the precise quantity of services that will be required during the three (3) year period of performance. Task Orders will contain FFP Contract Line Item Numbers (CLINs) in accordance with (IAW) FAR Part 16.202, for efforts in which performance certainties can be identified and reasonable estimates of their cost impact can be made. CPFF CLINs will be issued, IAW FAR Part 16.306, for efforts in which uncertainties involved in the contract performance do not permit costs to be estimated with sufficient accuracy to use FFP CLINs such as for complex R&D efforts and R&D integration of sensors on test platforms. Each task order will be issued against one (1) or more of the aforementioned CLIN types. The acquisition will be conducted using competitive negotiation procedures. Official request for proposal (RFP) will be posted on or about February 15, 2012. NAICS 488190 ***The successful 8(a) firm MUST be capable of performing 51% of the complete contract per FAR Part 52.219-8 -- Utilization of Small Business Concerns.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/cdcc5eb150196e4be5ce415eed6a5732)
- Record
- SN02664373-W 20120202/120131234531-cdcc5eb150196e4be5ce415eed6a5732 (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 |