SOLICITATION NOTICE
58 -- Boomerang Generation III Systems and Vehicle Installation Kits
- Notice Date
- 7/27/2009
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 333319
— Other Commercial and Service Industry Machinery Manufacturing
- Contracting Office
- Department of the Army, U. S. Army Materiel Command, US Army C-E LCMC Acquisition Center - DAAB07, US Army C-E LCMC Acquisition Center - DAAB07, ATTN: AMSEL-AC, Building 1208, Fort Monmouth, NJ 07703-5008
- ZIP Code
- 07703-5008
- Solicitation Number
- W15P7T09RM578
- Response Due
- 9/30/2009
- Archive Date
- 11/29/2009
- Point of Contact
- Rita Heyboer, 732-532-1577<br />
- E-Mail Address
-
US Army C-E LCMC Acquisition Center - DAAB07
(rita.heyboer@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. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. The Government deems that only one responsible source can provide the unique technological and developmental perspective required for this procurement. 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. The solicitation number is W15P7T-09-R-M578 and is issued as a Request for Proposal (RFP). Under this effort, the CECOM Contracting Center Army Contracting Command intends to award a commercial Firm-Fixed-Price Contract for 1,095 Boomerang Generation III Systems (BG IIIs) and 2,195 Vehicle Installation Kits (VIKs) to mount BG IIIs on Mine Resistant Ambush Protected (MRAP) vehicles, with an anticipated award date in fourth quarter fiscal year 2009. The intended source is BBN Technologies, 10 Moulton Street, Cambridge MA, 02138. The Government deems that BBN Technologies is the only responsible source due to a short-term need to deploy additional AGDSs for mounting on MRAP vehicles. In accordance with FAR 6.302-1, Only One Responsible Source, the Contracting Officer has determined that, in the circumstances of the anticipated contract action, only one responsible source is available that can meet the unique requirements for testing and delivery. The first delivery is required 30 days after contract award. This synopsis/solicitation incorporates provisions and clauses through the Federal Acquisition Regulation (FAR). The following clauses apply to this acquisition: 52.227-1, Authorization and Consent; 52.227-2, Notice and Assistance Regarding Patent and Copyright Infringement; 52.227-3, Patent Indemnity; 52.227-6, Royalty Information; 52.227-9, Refund of Royalties; 52.227-10, Filing of Patent Applications; 52.204-4, Printed or Copied Double-sided on Recycled Paper; 52.204-7, Central Contractor Registration; 52.212-4, Contract Terms and ConditionsCommercial Items; 52.212-3, Offerors Representations and CertificationsCommercial Items-Alternate1;; 52.233-4, Applicable Law for Breach of Contract Claim; 52.212-5, Contract Terms and Conditions Required; 52.225-18, Place of Manufacture; 52.212-1, Instructions to OfferorsCommercial; 52.233-4, Applicable Law for Breach of Contract Claim. The following clauses cited within FAR 52.212-5 apply: 52.203-6, Alternate 1 Restrictions on Subcontractor Sales to the Government 52.219-8, Utilization of Small Business Concerns; 52.219-9, Small Business Subcontracting Plan; 52.222-19, Child Labor ; 52.222-21, Prohibition of Segregated Facilities; 52.222-26, Equal Opportunity; 52.222-35, Equal Opportunity for Special Disabled Veterans; 52.222-36, Affirmative Action; 52.222-37, Employment Reports on Special Disabled Veterans; 52.222-39, Notification of Employee Rights; 52.225-5, Trade Agreements; 52.225-13, Restrictions on Certain Foreign Purchases; 52.232-33, Payment by Electronic Funds Transfer. The following DFARS clauses apply: 252.227-7016, Rights in Bid or Proposal Information; 252.227-7017, Identification and Assertion of Use, Release or Disclosure Restrictions; 252.227-7027, Deferred Ordering of Technical Data or Computer Software; 252.227-7028, Technical Data or Computer Software Previously Delivered; 252.227-7030, Technical Data-Withholding of Payment; 252.227-7037. 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.ac.osd.mil/dpap/dfars. Proposals are due 03 August, 2009, 5:00 PM, Eastern Standard Time. When submitting the Proposal be sure to include a completed copy of the provision at 52.212-3, Offeror Representations and CertificationsCommercial Items. Proposals shall be submitted to CECOM Contracting Center-Army Contracting Command, Attn: CCCE-CC-TAK (HEY) (Rita Heyboer), Bldg 1208, Rittko Ave., Fort Monmouth, NJ 07703 by email or regular mail. Point of Contact is Rita Heyboer, phone: 732-532-1577, email: rita.heyboer@us.army.mil or Linda Schmidt, Contracting Officer, 732-427-1323, email linda.schmidt1@us.army.mil. Contracting Office Address: CECOM Contracting Center-Army Contracting Command 1208 Rittko Ave. Fort Monmouth, NJ 07703 Place of Performance: BBN Technologies 10 Moulton Street Cambridge MA, 02138. Period: Six (6) Months Attachments: Attachment 0001 - Statement of Work
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/USAMC/DAAB07/W15P7T09RM578/listing.html)
- Place of Performance
- Address: BBN Technologies 10 Moulton Street Cambridge MA<br />
- Zip Code: 02138<br />
- Zip Code: 02138<br />
- Record
- SN01888839-W 20090729/090728000030-486d90dff91f76f66cbfb3e2e07f7ac5 (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 |