SOLICITATION NOTICE
16 -- Upgrade/convert, two MDR80-C & MDR80-G Recorders to MDR80-V, two Removable Memory Module (RMM), Flash Drive, 32 GB with USB to MDR80-V, 80RMM-FD-USB-RMM, Flash Drive, 32GB with USB, purchase one MDR80-V (VUIT) Solid State Mission Data Recorder.
- Notice Date
- 2/10/2009
- Notice Type
- Modification/Amendment
- 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 Applied Technology Directorate, Aviation Applied Technology Directorate, ATTN: AMSRD-AMR-AA-C, Building 401, Lee Boulevard, Fort Eustis, VA 23604-5577
- ZIP Code
- 23604-5577
- Solicitation Number
- W911W6-09-D-0004
- Response Due
- 2/18/2009
- Archive Date
- 4/19/2009
- Point of Contact
- Robin Kemp-Tate, 757 878-3874<br />
- Small Business Set-Aside
- N/A
- Description
- This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Part 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. The solicitation number is W911W6-09-D-0004 and is issued as a request for proposal (RFP). This solicitation document, incorporated provisions and clauses are those in effect through Federal Acquisition Circular 05-30. The applicable North American Industry Classification Standard (NAICS) code is 334511. The U.S. Army Aviation Applied Technology Directorate (AATD) intends to award firm-fixed-price Indefinite Delivery Indefinite Quantity (IDIQ) contract utilizing FAR Part 13.5, with a ceiling value of $5,000,000.00 on a sole source basis under the authority of Section 4202 of the Clinger-Cohen Act of 1996 in order to upgrade/convert the TEAC MDR-80C/G recorders to MDR-80V recorders. The initial task order will be executed concurrently with the master IDIQ contract. These components/recorders are to support the Apache VUIT-2 program for a total of eleven 24-ship Battalions in order to support the Global War on Terror (GWOT) in Operation Iraqi Freedom (OIF) and Operation Euduring Freedom (OEF). In addition, the requirement will include essential repair/update/modification necessary to restore the TEAC MDR-80 Solid State Mission Data Recorders and Removable Memory Modules (RMM) to a serviceable condition but not like new cosmetically. The period of performance for the IDIQ contract is five (5) years. The intended source is TEAC Aerospace Technologies located in Monterey California. Desired delivery of the upgraded components/recorders are seven (7) months after contract award. TEAC is the only source with the unique capabilities to supply the upgrades to the MRD-80C/G since these components have been previously tested and deployed with Government CONOPS and is compatible particularly with the required airborne platforms and their existing mounting hardware designs require no further modifications. The associated design documentation and qualification testing required to substantiate airworthiness of any other such component precludes meeting the project schedule. Inspection/Acceptance at Origin. The provision at 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 and DFARs 252.212-7000 Offeror Representations and Certifications Commercial Items, with their offer. The following FAR Clauses are applicable to this acquisition; 52-212-4, Contract Terms and Conditions Commercial Items, applies to this acquisition without addenda; 52-212-5, Contract Terms and Conditions Required Implement Statutes or Executive Orders Commercial Items; 52.216-18 Ordering; 52.216-19 Order Limitations; and 52.216-22 Indefinite Quantity. The following clauses cited with FAR 52.212-5 apply; 52.203-6, Restrictions on Subcontractor Sales to the Government Alternate I, 52.219-8, Utilization of Small Business Concerns, FAR 52.219-9, Small Business Subcontracting Plan, 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, 52.222-39, Notification of Employee Rights Concerning Payment of Union Dues or Fees, 52.225-13, Restrictions on Certain Foreign Purchases, 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration. The clause at DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisition of Commercial Items, applies to this acquisition. The following clauses cited within 252.212-7001 apply: 52.203-3, Gratuities, 252.205-7000, provision of Information to Cooperative Agreement Holders, 252.225-7012, Preference for Certain Domestic Commodities, 252.225-7014, Preference for Domestic Specialty Metals, 252.225-7016, Restriction on Acquisition of Ball and Roller Bearings,, 252.226-7001, Utilization of Indian Organizations, Indian-Owned Economic Enterprises, and Native Hawaiian Small Business concerns, 252.232-7003, Electronic Submission of Payment Requests: 252.243-7002, Request for Equitable Adjustment, 252.247-7023, Transportation of Supplies by Sea; 252.247-7024, and 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.farsite.hill.af.mil, http://www.arnet.gov/far, and http://www.acq.osd.mil/. As previously noted above TEAC Aerospace Technologies, Inc., is the intended source. Specifications, plans or drawings relating to this procurement described are not available and cannot be furnished by the Government. Proposals are due on 18 February 2009, 1:00 p.m. Eastern Standard Time. TEAC Aerospace Technologies is the only know source, however, any interested person may identify their interests and capability to respond to the requirement and submit a proposal. All responsible sources may submit an offer and it will be considered. Alpha contracting methods with TEAC Aerospace Technologies, Inc. will be utilized. A solicitation document is not available. Submit inquiries regarding this procurement to: Aviation Applied Technology Directorate, ATTN: Ms. Robin Kemp-Tate (AMSRD-AMR-AA-C), 401 Lee Blvd, Fort Eustis, Virginia 23604-5577. Point of Contact is: Ms. Robin Kemp-Tate at (757) 878-3874 or email address: tate.robin.kemp@us.army.mil
- Web Link
-
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=e60d986a7b47505be8335c756537c574&tab=core&_cview=1)
- Place of Performance
- Address: Aviation Applied Technology Directorate ATTN: AMSRD-AMR-AA-C, Building 401, Lee Boulevard Fort Eustis VA<br />
- Zip Code: 23604-5577<br />
- Zip Code: 23604-5577<br />
- Record
- SN01747671-W 20090212/090210220043-e60d986a7b47505be8335c756537c574 (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 |