Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MARCH 24, 2016 FBO #5235
SOLICITATION NOTICE

16 -- Procurement of Air Data Computers (ADCs)

Notice Date
3/22/2016
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334511 — Search, Detection, Navigation, Guidance, Aeronautical, and Nautical System and Instrument Manufacturing
 
Contracting Office
Department of the Army, Army Contracting Command, ACC - RSA (W91215) FT EUSTIS - (SPS), LEE BLVD BLDG 401, Fort Eustis, Virginia, 23604-5577, United States
 
ZIP Code
23604-5577
 
Solicitation Number
W91215-16-R-0006
 
Archive Date
5/7/2016
 
Point of Contact
Steven Nerenberg, Phone: 7578780104
 
E-Mail Address
steven.l.nerenberg.civ@mail.mil
(steven.l.nerenberg.civ@mail.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. RESPONSES SHOULD INCLUDE A COPY OF YOUR COMMERCIAL PRICELIST OR PRICE SUPPORT ALONG WITH YOUR COMPANY'S CAGE CODE, TAXPAYER IDENTIFICATION NUMBER, AND DUNS NUMBER. Combined Synopsis/Solicitation Number W91215-16-R-0006 is to be a Sole-Source procurement to Penny and Giles Aerospace Ltd. (Curtiss-Wright) CAGE Code K1474, Christchurch, United Kingdom, in accordance with FAR Part 13. The corresponding NAICS code for this procurement is 334511. This requirement involves a one-time buy of these items. These items are components of the already approved Common Avionics Architecture Suite (CAAS) cockpit configuration. The US Army Contracting Command-Redstone (CCAM-RDI) intends to solicit a quote from Penny and Giles Aerospace Ltd. (Curtiss-Wright) CAGE Code K1474, Christchurch, United Kingdom, purchase six (6) Air Data Computers (ADCs) Penny-Giles Part Number D51610-4160 for the MH-60 Black Hawk Helicopter into an already-approved Common Avionics Architecture Suite (CAAS) cockpit configuration. The Government will include options IAW FAR 52.217-6 - Option For Increased Quantity, to purchase an additional quantity of thirty (30) MFCUs The items will be delivered (Fob Destination) no later than nine (9) months after receipt of order. All items shall include shipping costs (Fob Destination) to the Aviation Applied Technology Directorate Warehouse, 3519A Mulberry Island Rd., Fort Eustis, VA 23604-5577. The proposed contract action is for supplies or services for which the Government intends to solicit and negotiate with only one source under the authority of FAR 6.302-1(a)(2)(ii), "Only One Responsible Source and No Other Supplies or Services Will Satisfy Agency Requirements". Interested persons may identify their interest and capability to respond to the requirement or submit proposals. This notice of intent is not a request for competitive proposals. However, all proposals received within thirty (30) days after date of publication of this synopsis will be considered by the Government. A determination by the Government not to compete this proposed contract based upon responses to this notice is solely within the discretion of the Government. Information received will normally be considered solely for the purpose of determining whether to conduct a competitive procurement. All responsible sources may submit a capability statement, proposal, or quotation, which shall be considered by the agency. Please submit your response to Steve Nerenberg, Contract Specialist, at (757) 878-0104 or steven.l.nerenberg.civ@mail.mil.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/9e7255c37499b27060e99b9752c61717)
 
Record
SN04059207-W 20160324/160323001730-9e7255c37499b27060e99b9752c61717 (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.