Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 07, 2009 FBO #2750
SOLICITATION NOTICE

10 -- The purpose of this contract is to acquire gun mounting platform systems compatible with the M134 DH / M240 H guns on designated aircraft

Notice Date
6/5/2009
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
332994 — Small Arms 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-C-0037
 
Response Due
6/22/2009
 
Archive Date
8/21/2009
 
Point of Contact
Carrie Bryant, 7578782003<br />
 
E-Mail Address
Aviation Applied Technology Directorate
(carrie.e.bryant@us.army.mil)
 
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. The proposed contract action is for supplies and services for which the Government intends to solicit and negotiate with only one source under the authority of the test program for commercial items (section 4202 of the Clinger-Cohen Act of 1996). Interested persons may identify their interest and capability to respond to the requirement or submit proposals. This notice of intent is not a request for competitive proposals; however, all proposals received by the due date and time in this synopsis will be considered by the Government. A determination by the Government not to compete this proposed contract based upon responses received to this notice, is solely within the discretion of the Government. Information received will normally be considered solely for the purpose of determining whether to conduct a competitive procurement. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. The solicitation number is W911W6-09-C-0037 and is issued as a Request for Proposal (RFP). Under this effort, the Aviation Applied Technology Directorate (AATD) intends to award a firm fixed price contract utilizing FAR Part 13.5, Test Program For Certain Commercial Items, to acquire the M134 DH and M240 H weapons gun mounting platform components to include the Left Hand Forward Door Mount System (LDM) and Centerline Rear Cabin Mount System (CRM) with the below listed features. The intended source for this acquisition is Dillon Aero, Inc., 8009 East Dillons Way, Scottsdale, AZ 85280. The Government deems the required gun mounting platform components to be available only from Dillion Aero because the Government does not own with sufficient rights the technical data to enable any other source to manufacture the complete mounting system. The required components of the gun mounting platform are a logical extension of the proprietary components already designed and manufactured solely by Dillon. The purpose of this contract is to acquire gun mounting platform systems compatible with the M134 DH / M240 H guns on desirable aircraft, identified as: Left Hand Forward Door Mount System (LDM) Part Number DGMT 7001, total quantity of nine (9); Centerline Rear Cabin Mount System (CRM) Part Number DGMT 7025, total quantity of four (4); M240 Cradle Assembly, Part Number DGMT 0500, total quantity of thirteen (13). Delivery of the first shipment is 30 days after contract award (anticipated award date 25 June 2009) to Fort Bliss, El Paso, TX which includes one (1) prototype of each system (1 LDM and 1 CRM and 2 Cradle Assemblies). The remaining quantities (8 for LDM and 3 for CRM and 11 Cradle Assemblies) will be delivered on September 10, 2009 to AATD Ft. Eustis, VA. The proposed contract will include the contractor supplying all associated hardware for mounting these components on the Floor Plates and the Floor Plates to the aircraft. It is also a requirement to provide these parts as kitted components, shipped in individual (foam filled) shipping containers suitable for shipping overseas. This synopsis/ solicitation incorporates provisions and clauses in effect through Federal Acquisition Circular 2005-32. The provision at FAR 52.212-1, Instructions to Offerors Commercial Items, applies to this acquisition and is incorporated by reference. Please review the provision carefully to ensure that you are submitting all required information with your proposal. Also in accordance with the provision, all prospective offerors must be actively registered in the Central Contractor Registration prior to award. A description of the services offered in sufficient detail to evaluate compliance with requirements, to include product literature and warranty as applicable, shall be submitted. Offerors are advised to include a completed copy of FAR provision 52.212-3, Offeror Representations and CertificationsCommercial Items and DFARS Representations and Certifications 252.212-7000 with your offer unless representations and certifications are available electronically at http://orca.bpn.gov. The North American Industry Classification System Code (NAICS) is 332994, Manufacturing Firearms. The small business size standard is 1000 employees. This acquisition is not set aside. While the Government does not anticipate competition, the following evaluation criteria will apply to any proposals received: 1) Technical capability of the offeror to provide the required components; 2) Compliance with stated delivery dates; and 3) Price. Technical capability and Delivery when combined are of substantially greater importance than price FAR 52.212-4, Contract Terms and Conditions-Commercial Items (tailored to exclude the inspection/acceptance term); and FAR 52.212-5, Contract Terms and Conditions Required To Implement Statutes Or Executive Orders Commercial Items are incorporated by reference. The following additional clauses apply to this acquisition: FAR 52.247-34, F.O.B. Destination; 52.252-2, Clauses Incorporated by Reference; DFARS 252.246-7000, Material Inspection and Receiving Report; 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items; 252.225-7013 Duty Free. The following clauses cited within FAR 52.212-5 apply: 252.203-7000 Requirements Relating to Compensation of Former DoD Officials; FAR 52.203-6, Restrictions on Subcontractor Sales to the Government; 52.219-8, Utilization of Small Business Concerns; 52.222-3, Convict Labor; 52.222-19, Child Labor; 52.222-21, Prohibition of Segregated Facilities; 52.222-26 Equal Opportunity (EO); 52.222-35, EO for Special Disabled Veterans; 52.222-36, Affirmative Action for Workers with Disabilities; 52.222-37, Employment Reports on Special Disabled Veterans; 52.222-39 Notification of Employee Rights Concerning Payment of Union Dues or Fees; 52.225-3, Restrictions on Certain Foreign Purchases; 52.232-33, Payment by Electronic Funds Transfer;. The following clauses cited within DFARS 252.212-7001 apply: 52.203-3, Gratuities; 252.225-7001, Buy American Act and Balance of Payments Program; 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; 252.232-7003, Electronic Submission of Payment Requests; 252.243-7002, Requests for Equitable Adjustment: 252.247-7023, Transportation of Supplies by Sea; 252.247-7024, 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://farsite.hill.af.mil, http://www.arnet.gov/far, http://www.ac.osd.mil/dpap/dfars. Proposals are due June 22, 2009, 2:00 PM, local time. All responsible sources may submit an offer which shall be considered by the agency. Alpha contracting procedures will be utilized. Proposals shall be submitted to the Aviation Applied Technology Directorate, Attn: RDMR-AAC (Velvet Taylor), 401 Lee Blvd., Fort Eustis VA 23604-5577 by facsimile, email, or regular mail. Point of contact is Velvet Taylor, phone: (757) 878-2306, fax: (757) 878-0008, email: velvet.taylor@us.army.mil or Laurie Pierce, Contracting Officer, (757) 878-3766, email laurie.pierce@us.army.mil.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/USAMC/DAAH10/W911W6-09-C-0037/listing.html)
 
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 />
 
Record
SN01837409-W 20090607/090605235224-de5fa1ed986c96427e3ac58a80cb1489 (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.