SOLICITATION NOTICE
16 -- KA 39 Power Converters
- Notice Date
- 12/9/2009
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 336413
— Other Aircraft Parts and Auxiliary Equipment 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
- AV8P705600P700
- Archive Date
- 1/28/2010
- Point of Contact
- Sharon R. Gayle, Phone: 757-878-0730 X 246
- E-Mail Address
-
sharon.gayle@us.army.mil
(sharon.gayle@us.army.mil)
- Small Business Set-Aside
- N/A
- Description
- This is a combined synopsis/solicitation for commercial items reference number AV8P705600P700 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 synopsis/solicitation is being issued as a Request for Quote (RFQ) using Simplified Acquisition Procedures under the test program for certain commercial items found at FAR Part 13.5. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-30 and Defense Federal Acquisition Regulation Supplement, Defense Change Notice (DCN) 20090115. The NAICS code for this acquisition is 336413, with a small business size standard of 1,000 employees. The U.S. Special Operations Command, Technology Applications Contracting Office intends to contract with Honeywell International Inc, 23500 W. 105 th Street, Olathe, KS 66061-8425 for 15 KA-39 power converters on a sole source basis under the authority of FAR 6.302-1. Inspection and acceptance shall be at Origin by the Government. Place of delivery is SOFSA, ATTN: Deanne Shick, MH-47G SLEP 5749 Briar Hill Road, Bldg. 195 Lexington, KY 40516-9723. The following provisions and clauses are applicable to this procurement: 52.212-1, Instructions to Offerors--Commercial; 52.212-3, Offeror Representations and Certifications--Commercial Items (Offerors are instructed to complete this section and return with their proposal, unless it is available on-line as implemented under ORCA (On-line Representations and Certifications Application). Offers shall be evaluated on a technically acceptable, low offer basis. The clause52.212-2, Evaluation Commercial Items. The provision at FAR 52.212-3, Offeror Representations and Certifications - Commercial Items and the offeror must ensure a completed ORCA is available for download. The clause 52.212-4, Contract Terms and Conditions--Commercial Items; FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders--Commercial Items. Specifically, the following clause cited are applicable to this solicitation: FAR 52.222-26, Equal Opportunity; FAR 52.211-14, Notice of Priority Rating for National Defense Use, FAR 52.211-15, Defense Priority and Allocation Requirements, FAR 52.222-35, Affirmative Action for Disabled Veterans and Veterans of the Vietnam Era; FAR 52.222-36, Affirmative Action for Handicapped Workers; FAR 52.222-37, Employment Reports on Disabled Veterans and Veterans of the Vietnam Era. The clause at FAR 52.232-33, Payment by Electronic Funds-Central Contractor Registration. The clause at DFARS 252.204-7004, Required Central Contractor Registration; DFARS 252.212-7001, Contract Terms and conditions Required to Implement Statues or Executive Orders; DFARS 252.225.7001, Buy American Act and Balance of Payment Program. All firms must be registered in the Central Contractor Registration database @ www.ccr.gov. The above provisions and clauses can be found at http://farsite.hill.af.mil. The Defense Priorities and Allocations System (DPAS) assigned rating is DO-A1. The following numbered notes are applicable to this requirement: 12, 13, and 22. This announcement will close and quotes are due by 12:00 PM (EST) 15 December 2009. Signed and dated offers, to include a complete listing of all items, must be submitted to US Special Operations Command, Technology Applications Contracting Office, and Attn: Stacey Kirkland, (757) 878-3299 Ext. 360, Email stacey.kirkland@us.army.mil. Responsible sources may submit a bid, proposal, or quote which shall be considered. Offers may be submitted via E-mail only.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/ODA/USSOCOM/FortEustisVA/AV8P705600P700/listing.html)
- Place of Performance
- Address: 23500 W. 105th Street, Olathe, Kansas, 66061-8425, United States
- Zip Code: 66061-8425
- Zip Code: 66061-8425
- Record
- SN02019931-W 20091211/091209234647-9da6beb15921e958327ae90313de3d42 (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 |