MODIFICATION
16 -- MH-6 Aircraft Generator Depot Level Maintenance Services
- Notice Date
- 3/24/2010
- Notice Type
- Modification/Amendment
- 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
- AV0FA01900FA00
- Archive Date
- 4/22/2010
- Point of Contact
- Andrew L. Davis, Phone: 7578783299239
- E-Mail Address
-
andrew.l.davis2@us.army.mil
(andrew.l.davis2@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 an additional written solicitation will not be issued. The reference number is AV0FA01900FA00 and this solicitation is issued as a request for quotation. This is a commercial non-restricted acquisition. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-35, effective 14 July 2009. The NAICS code is 336413 and the small business size standard is 1000 Employees.. The U. S. Special Operations Command has a requirement for Depot Level Maintenance Services for MH-6 Aircraft generators (369D28550, 200SGL111Q-3, GCSG-503-8A) in accordance with the attached statement of work. The Government intends to award a firm fixed price contract with a total of five (5) ordering periods (a base ordering period plus four (4) one year ordering periods) for this effort. The following provisions and clauses apply to this acquisition: The provision at FAR 52.212-1, Instructions to Offerors--Commercial Items. The clause at 52.212-2, Evaluation of Commercial Items. Evaluation will be: The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government as a low price technically acceptable best value award. The Government reserves the right to evaluate and make a best value decision, which could result in award to other than the lowest priced offer if other factors are not met. The following factors shall be used to evaluate offers in the order of importance : (i) Technical capability (ii) Past Performance and (iii) Price. Specific Source Selection Criteria is provided as an attachment to this solicitation. Also applicable to this acquistion: 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 at FAR 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 clauses cited are applicable to this solicitation: FAR 52.222-26, Equal Opportunity; FAR 52.222-36, Affirmative Action for Handicapped Workers. 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 following clauses apply to this solicitation and any resultant contract: 52.203-6, 52.211-15, 52.219-8, 52.222-3, 52.222-19, 52.222-35, 52.222-50, 52.247-29, 52.252-2, 252.204-7006, 252.211-7003, 252.246-7000, 252.247-7023, 252.232-7003. The above provisions and clauses can be found at http://farsite.hill.af.mil. This announcement will close and quotes are due by 3:00 PM (EST) 7 April 2010. Signed and dated offers must be submitted to US Special Operations Command, Technology Applications Contracting Office, Attn Lee Davis Commercial Phone number (757) 878-3299 Ext. 239, Fax (757) 878-3937, E-mail andrew.l.davis2@us.army.mil. Responsible sources may submit a bid, proposal, or quote which shall be considered. Offers may be submitted via E-mail only. For technical questions concerning the statement of work contact Francine Greathouse at (757)878-3299 ext 257 or email at Francine.Greathouse@us.army.mil.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/ODA/USSOCOM/FortEustisVA/AV0FA01900FA00/listing.html)
- Place of Performance
- Address: Bldg 401, Lee Blvd, Ft Eustis, Virginia, 23606, United States
- Zip Code: 23606
- Zip Code: 23606
- Record
- SN02102040-W 20100326/100325012225-3b5cacbaf77681174f55169d9c21cc1d (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 |