Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JANUARY 08, 2009 FBO #2600
SOLICITATION NOTICE

16 -- M134D 7.62MM minigun systems and associated equipment

Notice Date
1/6/2009
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
336413 — Other Aircraft Parts and Auxiliary Equipment 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
W91215-09-Q-0006
 
Response Due
1/7/2009
 
Archive Date
3/8/2009
 
Point of Contact
Linda Diedrich, 757-878-3777<br />
 
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 NAICS code is 336413 and the small business size standard is 1000. Pursuant to FAR 6.302-1, only one responsible source and no other supplies or services will satisfy agency requirements. Intended source is Dillon Aero, Inc., 8009 East Dillons Way, Scottsdale, AZ 85260. Dillon is the original equipment manufacturer of the most recent M134D Mini-gun configuration and the various components/spares. CLIN 0001 is for four (4) each M134D 7.62MM Mini-gun systems to include Blade Safing Sector along with additional components/spares. The requirement is for Feeder/Delinker, P/N DAFD2000-1, 8 each; Clutch Assy, P/N DAC3000, 5 each, 28V DC-6 pin-3K Drive Unit Assembly, P/N DMG0546, 4 each; Spade Grip Assembly-Cast, P/N DMG0265A, 4 each; Spade Grip Modification, Thumb Switch Configuration, P/N DMG0267, 4 each; Gun Control Unit w/Laser Connector, P/N DMG0580, 4 each; Cable, Battery to GCU, P/N DMG0541, 4 each; Yoke Assembly (SS) w/Axle, P/N DMG0300, 4 each; Round Re-Positioned, P/N DM0050, 4 each; Ammunition Booster Assembly, P/N DB100D, 4 each; 4400 Rd Ammo Can W/LRS, P/N DAB4160, 2 each, 3,000 Rd Ammo Box, LRS, Land, P/N DAB3200-LRS, 2 each; D8565/11-1 Concorde Battery, P/N D8565/11-1, 4 each; Universal Brass/Link Exhaust, Improved, P/N DMG0655, 8 each; Day Night Site Rail, P/N DS0200, 4 each; Barrel, M134, P/N DMG901, 24 each; Dillon Bolt Firing Assembly, P/N DA1000, 12 each; Bar, Guide, P/N 65F9809, 4 each; Bolt Assy/Disassy Fixuer, P/N DA0500, 1 each. Inspection and acceptance will be at Destination by the Government. Delivery is anticipated to be 45 days after award of contract to Lexington, KY. FOB point is destination. Transportation charges shall be included in any quote provided to ship all parts/components to Lexington, KY. The following provisions and clauses apply to this acquisition: FAR 52.212-1, Instructions to Offerors Commercial Items. Evaluation of the offerors quote, as required by FAR 52.212-2, shall be based on evaluation of a qualified quote. IAW the provisions at FAR 52.212-3, Offeror Representation and CertificationCommercial Items (Alt 1, Apr 2002), the offeror must ensure a completed ORCA is available for download. The clause at FAR 52.212-4, Contract Terms and ConditionsCommercial Items and FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive OrdersCommercial Items and Deviation dated June 2008 are incorporated. Specifically, the following clauses/provisions cited are applicable to this solicitation: 52.203-6, Restrictions on Subcontractor Sales to the Government (Sep 2006) with Alt 1 (Oct 1995); 52.219-8, Utilization of Small Business Concerns (May 2004); 52.222-3, Convict Labor (Jun 2003); 52.222-19, Child Labor-Cooperation with Authorities and Remedies (Feb 2008); 52.222-21, Prohibition of Segregated Facilitiles (Feb 1999); 52.222-26, Equal Opportunity (Mar 2007); 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Sep 2006); 52.222-36, Affirmative Action for Workers with Disabilities (Jun 1998); 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Sep 2006); 52.222-39, Notification of Employee Rights Concerning Payment of Union Dues or Fees (Dec 2004); 52.222-50, Combating Trafficking in Person (Aug 2007); 52.225-13, Restrictions on Certain Foreign Purchases (Jun 2008); 52.232-33 Payment by Electronic Transfer-Central Contractor Registration (Oct 2003). In addition, 52.211-4013 Accelerated Delivery-Alt I (USAAMCOM); 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items (Mar 2008) is incorporated. Specifically, the following clauses/provisions cited are applicable to this solicitation. 52.203-3, Gratuities (Apr 1984); 252.225-7001, Buy American Act and Balance of Payments Program (Jun 2005); 252.225-7012, Preference for Certain Domestic Commodities (Mar 2008); 252.225-7014, Preference for Domestic Specialty Metals (Jun 2005); 252.243-7002, Requests for Equitable Adjustment (Mar 1998); and 252.247-7023, Transportation of Supplies by Sea (May 2002). In addition, 252.211-7003 Item Identification and Valuation is incorporated by reference. Firm(s) must be registered in the CCR database. Clauses except the USAAMCOM clause(s) can be found at http://farsite.hill.af.mil. The contracting office can provide, upon request, full text versions of this USAAMCOM clause. The DPAS rating for this procurement is DO-A1. This announcement will close 8 January 2009. Any quote(s) is due no later than 1700 hours, 8 January 2009. Anticipated award is 9 January 2009. Responsible sources may submit a quote which shall be considered by the agency. However, any quote received must contain parts which have already been qualified for airworthiness on Army aircraft.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=74d58f2550c1382b6506c4eed64afc01&tab=core&_cview=1)
 
Place of Performance
Address: Aviation Integration Directorate ATTN: AMSAM-TASO-I, Building 401, Lee Boulevard Fort Eustis VA<br />
Zip Code: 23604-5577<br />
 
Record
SN01727517-W 20090108/090106220515-74d58f2550c1382b6506c4eed64afc01 (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.