SOLICITATION NOTICE
16 -- Cockpit Management System (CMS) Control Display Unit CDU-900Y software modifications
- Notice Date
- 7/11/2008
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 334511
— Search, Detection, Navigation, Guidance, Aeronautical, and Nautical System and Instrument Manufacturing
- Contracting Office
- Department of the Army, U. S. Army Materiel Command, Aviation Integration Directorate, Aviation Integration Directorate, ATTN: AMSAM-TASO-I, Building 401, Lee Boulevard, Fort Eustis, VA 23604-5577
- ZIP Code
- 23604-5577
- Solicitation Number
- W91215-08-R-0007
- Response Due
- 7/15/2008
- Archive Date
- 9/13/2008
- Point of Contact
- Linda Diedrich, 757-878-3777
- 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. This combined synopsis/solicitation was previously solicited for under Request for Proposal (RFP) W91215-08-R-0007 which was inadvertantly synopsized as non-commercial on 16 June 2008. This solicitation document and incorporated provisions/clauses are those in effect through Federal Acquisition Circular (FAC) 2005-26 and Defense Federal Acquisition Regulation Supplement, Defense Change Notice (DCN) 20080513. The NAICS code is 334511 and the small business size standard is 750. Pursuant to the Clinger-Cohen Act of 1996, intended source is Rockwell Collins, Inc., 400 Collins Road NE, Cedar Rapids, IA 52498-0001. Rockwell Collins is the original equipment manufacturer of the CDU-900Y and the designer/developer of the CMS. The following commercial services requested in this solicitation are for the modification of software currently hosted on the Control Display Unit (CDU) in the Cockpit Management System (CMS). CLIN 0001 is for software trouble report (STR) modifications/enhancements determined mandatory for this software upgrade. CLIN 0002 is not separately priced for submittal of Contract Data Requirements List (CDRL) deliverables and CLIN 0003 option contains several SLINs for single STR modifications deemed desirable. A Statement of Work (SOW) and CDRL/DD Forms 1423 for this requirement will be provided under separate cover to responsible offeror(s). Inspection and acceptance shall be at destination by the Government. The delivery time is anticipated to be nine (9) months after award of contract. FOB point is Destination. The software upgrade, which is subject to aviation qualification requirements, shall be delivered to Ft. Eustis, VA. The following provisions and clauses apply to this acquisition: FAR 52.212-1, Instructions to Offerors--Commercial Items. Evaluation of the offerors proposal, as required by FAR 52.212-2, shall be based on evaluation of a qualified proposal containing Other than Cost and Pricing Data (IAW FAR 52.215-20, Requirements for Cost or Pricing Data or Information Other Than Cost or Pricing Data). In accordance with the provision at FAR 52.212-3, Offeror Representations and Certifications -- Commercial Items, Alternate I (April 2002), the offeror must ensure a completed ORCA is available for download. The clause at FAR 52.212-4, Contract Terms and Conditions-Commercial Items and FAR 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders--Commercial Items and Deviation dated Jun 2008 are incorporated. Specifically, the following clauses/provisions cited are applicable to this solicitation: FAR 52.219-9 Small Business Subcontracting Plan; FAR 52.219-16 Liquidated Damages-Subcontracting Plan; FAR 52.222-3 Convict Labor; FAR 52.222-19 Child Labor - Cooperation with Authorities and Remedies; FAR 52.222-21 Prohibition of Segregated Facilities, FAR 52.222-26, Equal Opportunity; FAR 52.222-35, Affirmative Action for Disabled Veterans and Veterans of the Vietnam Era; FAR 52.222-36, Affirmative Action for Handicapped Workers; FAR 52.222-37, Employment Reports on Disabled Veterans and Veterans of the Vietnam Era; FAR 52.222-39 Notification of Employee Rights Concerning Payment of Union Dues or Fees; FAR 52.222-50 Combatting Trafficking in Persons; FAR 52.232-33 Payment by Electronic Funds Transfer-Central Contractor Registration. In addition, the following clauses/provisions apply: 52.211-4013 Accelerated Delivery--Alternate I (USAAMCOM), 52.239-4702 Requirement for Information Technology to be Year 2000 Compliant (USAAMCOM), FAR 52.211-14, Notice of Priority Rating for National Defense Use; FAR 52.211-15, Defense Priority and Allocation Requirements; FAR 52.217-7,Option for Increased Quantity-Separately Priced Line Item (*Fill-in = 180 days from contract completion), FAR 52.217-8, Option To Extend Services (*Fill-= 30 days from contract completion), and FAR 52.245-1 Government Property. DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statues or Executive Orders Applicable to Defense Acquisitions of Commercial Items is hereby incorporated. Specifically, the following clauses/provisions cited are applicable to this solicitation: FAR 52.203-3 Gratuities; DFARS 252.205-7000 Provision of Information to Cooperative Agreement Holders; DFARS 252.219-7003, Small Business Subcontracting Plan (DoD Contract); DFARS 252.225-7012 Preference for Certain Domestic Commodities; DFARS 252.226-7001 Utilization of Indian Organizations, Indian-Owned Economic Enterprises, and Native Hawaiian Small Business Concerns; DFARS 252.227-7037 Validation of Restrictive Markings on Technical Data; DFARS 252.232-7003 Electronic Submission of Payment Requests; DFARS 252.243-7002 Requests for Equitable Adjustment; and DFARS 252.247-7023 Transportation of Supplies by Sea. In addition, the following clauses/provisions apply: DFARS 252.204-7004, Required Central Contractor Registration, DFARS 252.227-7013 Rights in Technical Data Noncommercial Items; DFARS 252.227-7014 Rights in Noncommercial Computer Software and Noncommercial Computer Software Documentation; DFARS 252.227-7017 Identification and Assertion of Use, Release, or Disclosure Restrictions; DFARS 252.227-7028-Technical Data or Computer Software Previously Delivered to the Government; and DFARS 252.227-7030 Technical Data Withholding of Payment. Special provision - Government Purpose Rights as follows: Government Purpose Rights, as defined in DFARS 252.227-7013 (which is incorporated by reference, is granted on all CDU Operational Flight Program (OFP) source and executable code (CPN 091-3564-B01 plus subsequent releases) and deliverable technical data against this contract, which is consistent with the rights contained in Contracts DAAH12-03-C-0001 and W911W6-06-C-0209. Firm(s) must be registered in the Central Contractor Registration database @ www.ccr.gov. The above provisions/clauses, except the 2 USAAMCOM clauses referenced above, can be found at http://farsite.hill.af.mil. The contracting office can, upon request, provide full text versions of these two clauses. The Defense Priorities and Allocation Systems (DPAS) assigned rating for this procurement is DO-A1. Note 24 applies. This announcement will close 15 July 2008 and proposal is due by 4:00 PM (EST) 15 August 2008. Anticipated award date is 15 September 2008. Proposal, along with subcontracting plan must be submitted to AID, Bldg 401 Lee Blvd, Ft. Eusits, VA 23604. Responsible sources may submit a proposal which shall be considered by the agency. Proposals (two copies) must be submitted via mail to AID, Linda Diedrich, 757-878-3777, Bldg 401, Lee Blvd, Ft. Eustis, VA 23064-5577 (email linda.diedrich@us.army.mil).
- Web Link
-
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=102ea518345b340278967c19f264a0d4&tab=core&_cview=1)
- Place of Performance
- Address: Aviation Integration Directorate ATTN: AMSAM-TASO-I, Building 401, Lee Boulevard Fort Eustis VA
- Zip Code: 23604-5577
- Zip Code: 23604-5577
- Record
- SN01612344-W 20080713/080711221459-102ea518345b340278967c19f264a0d4 (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 |