SOLICITATION NOTICE
J -- Retransmit Box Faceplate
- Notice Date
- 6/21/2012
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 336413
— Other Aircraft Parts and Auxiliary Equipment 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-0010
- Response Due
- 6/27/2012
- Archive Date
- 8/26/2012
- Point of Contact
- Genie S. Williams, 7578784078
- E-Mail Address
-
ACC-RSA-AATD - (SPS)
(genie.s.williams@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. Quotes are being requested and a written solicitation will not be issued. The solicitation number is W911W6-12-T-0010 and quotes are being requested. 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 05-58. The applicable North American Industry Classification Standard (NAICS) code is 336413. The small business size standard is 1000. AATD intends to procure four hundred forty (440) Retransmit Box Faceplates (Part # 1010168) to equip the UH-60A/L aircraft on support of ARC-231 communications kit retrofits. Delivery schedule requirement is as follows: The contractor will deliver twenty five (25) ea by September 19, 2012; thirty (30) ea per month for thirteen months; and twenty five (25) ea on the last shipment. The period of performance will be July 27, 2012 through October 31, 2013. The contract will be awarded on a sole-source basis under the authority of Section 4202 of the Clinger-Cohen Act of 1996. The intended source for this requirement is Paramount Panels, Inc., located at 1531 E. Cedar St., Ontario, CA 91761. The provision at FAR 52.212-1, Instructions to Offerors Commercial Items, applies to this acquisition without addenda. 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; and 52.252-2, Clauses Incorporated by Reference. The following clauses cited within FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders--Commercial Items, apply: 52.203-6, Restrictions on Subcontract Sales to the Government, with Alternate I; 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 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; 52.222-50, Combating Trafficking in Persons; 52.222-54, Employment Eligibility Verification; 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: 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; 252.232-7003, 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. Intended source is Paramount Panels, Inc., located at 1531 E. Cedar St., Ontario, CA 91761. 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. Proposals are due on June 27, 2012, 3:00 PM EDT and shall be submitted electronically via email or in hard copy to the Aviation Applied Technology Directorate, Attn: CCAM-RDT (Genie Williams), 401 Lee Blvd., Fort Eustis VA 23604-5577. Contracting Officer P.O.C. is Rhonda Buckanin, 757-878-2071 or rhonda.buckanin@us.army.mil. All inquires regarding this procurement must be made in writing to: Aviation Applied Technology Directorate, Attn: CCAM-RDT (Genie Williams), 401 Lee Blvd., Fort Eustis VA 23604-5577 or via email to genie.s.williams@us.army.mil Place of Performance: Aviation Applied Technology Directorate ATTN: CCAM-RDT, Building 401 Lee Boulevard, Fort Eustis, Virginia, 23604-5577.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/6dee47d872a0b4d90a5e15db05e40028)
- 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
- SN02783162-W 20120623/120622000402-6dee47d872a0b4d90a5e15db05e40028 (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 |