SOLICITATION NOTICE
16 -- Avionics Parts and Maintenance Support for Fixed Wing Aircraft
- Notice Date
- 12/13/2009
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 336413
— Other Aircraft Parts and Auxiliary Equipment Manufacturing
- Contracting Office
- Aviation Applied Technology Directorate (AMCOM-CC), ATTN: AMSRD-AMR-AA-C, Building 401, Lee Boulevard, Fort Eustis, VA 23604-5577
- ZIP Code
- 23604-5577
- Solicitation Number
- W911W6-10-R-0001
- Response Due
- 12/23/2009
- Archive Date
- 2/21/2010
- Point of Contact
- Elizabeth A. Jackson, (757) 878-2100
- E-Mail Address
-
Aviation Applied Technology Directorate (AMCOM-CC)
(elizabeth.a.jackson@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. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6 and Section 4202 of the Clinger-Cohen Act of 1996. Additionally, the acquisition is being procured in accordance with 10 U.S.C. 2304 (c)(1) and FAR 6.302-1; only one responsible source and no other supplies or services will satisfy agency requirements. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. The solicitation number is W911W6-10-R-0001 and is issued as a request for proposals. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 05-38. The applicable North American Industry Classification Standard (NAICS) code is 336413. The small business size standard is 1,000 employees. This acquisition has been designated as small business set-aside. The objective of this acquisition is to acquire parts and avionics maintenance support and airframe/engine direct support on Beech Raytheon B-200 BB 924, A-200 BC 35, B-200 BB1403, and T-34 fixed wing aircraft. Avionics support will include, but not be limited to, instrument panels replacement, horizontal situation indicators replacement/upgrades, radar, and global position systems upgrades. Engine support will include, but not be limited to hot section inspections, engine rigging, supplying of repair parts, overhaul of propeller governor, etc. Airframe support will include but not be limited to, supplying of repair parts, structural modifications, leading edge installs, etc. The contractor shall be located within 100 nautical miles of Felker Army Airfield, Fort Eustis, Virginia (1 Hour flight time via UH-1), and have the ability to hangar the aircraft at all times. Contractor employees must be able to obtain a Secret level security clearance. The U.S. Army Aviation Applied Technology Directorate (AATD) anticipates the award of a new sole source Indefinite Delivery, Indefinite Quantity (IDIQ) contract to Summit Aviation, Inc., located at 4200 Summit Bride Rd., Middletown, DE 19709-9340. Summit Aviation is the only source capable of meeting the Governments requirements due to the fact that Summit Aviation is the sole owner of the proprietary avionics drawings on the aforementioned numbered aircraft. The estimated value/ceiling of the IDIQ contract is $5,000,000 for five (5) years. The minimum order will be $60,000, which will be obligated on the first task/delivery order concurrent with the award of the master contract. No options are included in this acquisition. 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 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 to Implement Statutes or Executive Orders Commercial Items. The following clauses cited within FAR 52.212-5 apply: FAR 52.219-8 Utilization of Small Business Concerns; 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 and Veterans of the Era and Other eligible Veterans; 52.222-36, Affirmative Action for Workers with Disabilities; 52.222-37 Employment Reports on Disabled veterans and Veterans Era, 52.222-50 Combating Trafficking in Persons; 52.225-13, Restrictions on Certain Foreign Purchases; 52.232-33 Payment by Electronic Funds Transfer-Central Contractor Registration and FAR clause 52.212-5 Contract Terms and Conditions Required To Implement Statutes or Executive Orders Commercial Items (APR 2009) (Deviation). The clause at DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items, applies to this acquisition. The following clauses cited within 252.212-7001 apply: 252.225-7001 Buy American Act and Balance of Payments Program; 252.232-7003, Electronic Submission of Payment Requests; 252.247-7023, Transportation of Supplies by Sea, and 252.247-7024 Notification of Transportation of Supplies by Sea. As previously noted the intended source of supply is Summit Aviation, Inc. Specifications, plans or drawings relating to this procurement described are not available and cannot be furnished by the Government. Proposals are due on 23 December 2009, 1:00 p.m. Eastern Standard Time. Summit Aviation is the only known source however, interested persons may identify their interest and capability to respond to the requirement and submit a proposal. All responsible sources that submit an offer will be considered. Alpha contracting methods with Summit Aviation will be utilized. A solicitation document is not available. Submit inquiries regarding this procurement to: Aviation Applied Technology Directorate, ATTN: Ms. Beth Jackson (CCAM-RDT), 401 Lee Blvd, Fort Eustis, Virginia 23604-5577. Point of Contact is: Beth Jackson at (757) 878-2100 or elizabeth.a.jackson@us.army.mil.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/30b5083474c65ace5f47a52d1342f909)
- Place of Performance
- Address: Aviation Applied Technology Directorate (AMCOM-CC) ATTN: AMSRD-AMR-AA-C, Building 401, Lee Boulevard Fort Eustis VA
- Zip Code: 23604-5577
- Zip Code: 23604-5577
- Record
- SN02022797-W 20091215/091213233026-30b5083474c65ace5f47a52d1342f909 (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 |