SOLICITATION NOTICE
16 -- Low In-Rush M-134 Mini-Gun DC Electrical Motors
- Notice Date
- 2/12/2009
- Notice Type
- Presolicitation
- NAICS
- 335312
— Motor and Generator Manufacturing
- Contracting Office
- Other Defense Agencies, U.S. Special Operations Command, Technical Applications Contracting Office (TAKO), ATTN: AMSAM-TASO-K, Lee Boulevard, Building 401, Fort Eustis, Virginia, 23604-5577
- ZIP Code
- 23604-5577
- Solicitation Number
- H92241-09-B-0001
- Response Due
- 2/27/2009
- Point of Contact
- Michael J. Wastella,, Phone: 757-878-3299 ext.259, Sharon A. Gayle,, Phone: 757-878-0730 X 246
- E-Mail Address
-
michael.wastella@us.army.mil, sharon.gayle@us.army.mil
- Small Business Set-Aside
- Total Small Business
- Description
- The United States Special Operations Command, The Technology Applications Contracting Office (TAKO) intends to award Low In-Rush M-134 Mini-Gun Direct Current (DC) Electrical Motors in support of the M134D-T Minigun currently used on its rotary wing aircraft. This will be a Firm Fixed Price (FFP) contract award, using FAR Part 14, Sealed Bid procedures, of 240 new Low In-Rush DC Electrical Motors and 210 remanufactured Low In-Rush M-134 Mini-Gun DC Electrical Motors. This will be awarded as limited competition, in accordance with the authority cited in FAR 6.302-1(a)(2). The Government is limiting competition between Dillon Aero, Inc., Scottsdale, AZ; Electromech Technologies, Wichita, KS and Skurka Engineering, Camarillo, CA. Dillon Aero, Inc., Electromech Technologies, and Skurka Engineering Low In-Rush M-134 Mini-Gun DC Electrical Motors have been tested, evaluated, and qualified to meet technical specifications through previous full and open competition. These companies have demonstrated the knowledge and expertise to manufacture these units in a timely manner that satisfies all Government performance and testing standards. This equipment must integrate with existing equipment in terms of form, fit, function, and compatibility already installed on the aircraft. Anticipated deliveries are July 2009 – November 2010. This notice is NOT an invitation for competitive quotations and a written solicitation will be issued and posted on the FedBizOps website. This announcement constitutes the synopsis. The Invitation for Bid (IFB) will be uploaded approximately 15 days after posting date of this notice to the FedBizOps website. The Government intends to award a contract to the offeror that offers the best value and meets the solicitations requirements. Contract award cannot be made to any contractor not enrolled in the Department of Defense (DoD) Central Contractor Registration (CCR) program. The CCR website is hhtp://www.ccr.gov. The point of contact (POC) for this effort is Michael J. Wastella, Contract Specialist at 757-878-3299 ext. 259 or email michael.wastella@us.army.mil or Sharon Gayle, Contracting Officer at 757-878-0730 ext. 246 or email sharon.gayle@us.army.mil.
- Web Link
-
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=2c152413089a62510e2679650840c4e9&tab=core&_cview=1)
- Place of Performance
- Address: Ft. Campbell, Kentucky, United States
- Record
- SN01750047-W 20090214/090212220839-2c152413089a62510e2679650840c4e9 (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 |