SOLICITATION NOTICE
R -- ENGINEERING SERVICES
- Notice Date
- 7/3/2023 12:17:34 PM
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 541330
— Engineering Services
- Contracting Office
- W6QK ACC-RSA REDSTONE ARSENAL AL 35898-0000 USA
- ZIP Code
- 35898-0000
- Solicitation Number
- W58RGZ-23-R-0085
- Response Due
- 8/4/2023 2:00:00 PM
- Archive Date
- 08/19/2023
- Point of Contact
- Shalanda R. McMurry, Phone: 2563135556, Clarissa E. Cooney, Phone: 2568424757
- E-Mail Address
-
shalanda.r.mcmurry.civ@army.mil, clarissa.e.cooney.civ@army.mil
(shalanda.r.mcmurry.civ@army.mil, clarissa.e.cooney.civ@army.mil)
- Description
- Description This is a combined synopsis/solicitation for commercial products prepared in accordance with the format in Federal Acquisition Regulation (FAR) 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. This solicitation, W58RGZ-23-R-0085, is issued as a Request for Proposal (RFP).� The U.S. Army Contracting Command-Redstone (ACC-RSA) intends to award, on a sole source basis, a five-year contract to the Original Equipment Manufacturer (OEM), Textron Aviation, Inc. (Textron), One Cessna Boulevard, Wichita, Kansas 67215, Commercial and Government Entity Code: 7EK50.� This action is pursuant to 10 U.S.C. 2304(a)(1), as implemented by FAR 6.302-1(a)(2)(iii)(A), Substantial duplication of cost to the Government that is not expected to be recovered through competition. This notice does not incorporate small-business set-aside(s).� The associated North American Industrial Classification System code for this requirement is 541330 (Engineering Services), with a small business size standard of $47,000,000.00.� Offerors must be registered in the System for Award Management (SAM) at http://www.sam.gov, in order to be considered for award. A list of contract-line-item number(s) (CLINs) and items, quantities and units of measure shall be provided to Textron for this effort. The contemplated contract will include a one (1) year/12-month base period and four (4) 12-month option periods for analyses with commercial aircraft based on OEM and original Type Certification data that will address specific technical needs for the Fixed-Wing Project Office managed Beechcraft and Cessna aircraft fleets.� Under the authority of FAR 6.302-1(a)(2)(ii)(A), this action is directed towards Textron.� The solicitation is issued as an RFP to Textron only. A Statement of Work along with the anticipated CLIN structure will be sent to Textron's representative in a separate document. This RFP incorporates provisions and clauses in effect through Federal Acquisition Circular 2023-01, dated December 30, 2022 � found online at https://www.acquisition.gov/content/list-sections-affected.� Provision at FAR 52.212-1, Instructions to Offerors-Commercial, applies to this acquisition. Because this is an authorized sole-source procurement, the evaluation procedures outlined in FAR 52.212-2 are not applicable. Offeror shall include a completed copy of the provision at FAR 52.212-3, Offeror Representations and Certifications-Commercial Items, with proposal. FAR clauses at 52.212-4, Contract Terms and Conditions-Commercial Items, and 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items, apply to this acquisition. Additional terms and conditions consistent with customary commercial practices applicable to this acquisition will be discussed with the offeror during negotiations, if necessary. A Defense Priorities and Allocations System rating is not applicable to this acquisition.� It is the contractor�s responsibility to review all clauses noted below.� The full text of FAR and Defense Federal Acquisition Regulation Supplement provisions or clauses may be accessed electronically at https://www.acquisition.gov/browse/index/far. Instructions to Offeror: Taking into account all items in the Attachments list, contractor shall provide individual pricing for the items noted in Attachment 0006 and submit as part of the proposal.� Proposal submission shall be received no later than 4:00 P.M. Central Time on Friday, August 4, 2023.� Contractor shall upload proposal and supporting documentation at https://safe.apps.mil and be in exportable format.� An e-mailed proposal will be accepted. Any questions or concerns regarding this solicitation should be submitted in writing via e-mail to the points of contact: Contract Specialist, Shalanda R. McMurry, at shalanda.r.mcmurry.civ@army.mil and Contracting Officer, �Clarissa E. Cooney, at clarissa.e.cooney.civ@army.mil.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/2a24b7af526a450997465b5019958842/view)
- Place of Performance
- Address: Wichita, KS 67215, USA
- Zip Code: 67215
- Country: USA
- Zip Code: 67215
- Record
- SN06735396-F 20230705/230704210940 (samdaily.us)
- Source
-
SAM.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's SAM Daily Index Page |