SOLICITATION NOTICE
16 -- Composite Fuel Tank Panels
- Notice Date
- 12/22/2010
- 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
- W911W6-11-T-0004
- Response Due
- 12/28/2010
- Archive Date
- 2/26/2011
- Point of Contact
- Erika Faith Matthews, (757) 878-4825
- E-Mail Address
-
Aviation Applied Technology Directorate (AMCOM-CC)
(erika.faith.matthews@us.army.mil)
- Small Business Set-Aside
- Total Small Business
- 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, 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 solicitation number is W911W6-11-T-0004 and is issued as a Request for Proposal (RFP). Under this number, the Army Contracting Command (ACC) / Aviation Applied Technology Directorate (AATD) intends to award a competitive, firm fixed price purchase order (PO). This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 05-47. The applicable North American Industry Classification Standard (NAICS) code is 336413. The small business size standard is 1000 employees. The purchase order will have one CLIN for labor and materials (less Government furnished aluminum) to manufacture 4 sets of composite fuel tank panels. Vendor will receive from the Government pre-cut to size 2024-T3 aluminum sheeting to construct 6 panels per fuel tank (total of 24 panels) per AATD drawings provided under separate cover. Vendor will provide Hysol EA 9628 epoxy film adhesives, 7781 E-Glass Prepreg, and Nomex Honeycomb and other materials necessary to manufacture panels per drawings. These panels will be used by the Government to construct auxiliary fuel tanks for aviation use. Vendor shall construct and deliver four (4) sets of panels (24 panels) NLT 31 January 2011. Delivery, Inspection, Acceptance and FOB Point are at destination, AATD, Ft. Eustis, Virginia. Drawings relating to this procurement will be provided under separate cover. The contract will be awarded on a competition basis. The provision at FAR 52.212-1, Instructions to Offerors Commercial Items, applies to this acquisition and is incorporated by reference. FAR 52.212-2, Evaluation-Commercial Items, applies to this acquisition and paragraph (a) is completed as follows: The following factors shall be used to evaluate offers: 1) Technically Acceptable based on vendors ability to comply with drawings; 2) Delivery date of 31 January if compliant with 1 a delivery date between 31 January and 7 February will receive a lesser rating; 3) Total lowest price if compliant with 1 and 2. Offerors shall include a completed copy of the provision at FAR 52.212-3 Offeror Representations and Certifications Commercial Items, Alternate I with their offer. Also in accordance with the clause, all prospective offerors must be actively registered in the Central Contractor Registration prior to award. Clauses incorporated by reference include FAR 52.212-4, Contract Terms and Conditions-Commercial Items; 52.247-34, F.O.B. Destination; 52.252-2, Clauses Incorporated by Reference; 252-232-7010, Levies of Contract Payments; and 52.246-7000, Material Inspection and Receiving Report. The following clauses cited within FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders--Commercial Items, apply: 52.219-28, Post Award Small Business Program Rerepresentation; 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; 52.222-36, Affirmative Action for Workers with Disabilities; 52.225-13, Restrictions on Certain Foreign Purchases; and 52.232-33 Payment by Electronic Funds Transfer-Central Contractor Registration. The following clauses cited within DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items, apply: 252.203-7000, Requirements Relating to Compensation of Former DoD Officials, 252.225-7001 Buy American Act and Balance of Payments Program; 252.232-7003, Electronic Submission of Payment Requests. Offerors shall comply with Wide Area Work Flow for invoicing and payment purposes. The WAWF clause will be incorporated into the purchase order. 252.243-7002; Requests for Equitable Adjustment. The full text of the clauses or provisions may be accessed electronically at one of the following links: http://www.deskbook.osd.mil/, http://farsite.hill.af.mil, http://www.arnet.gov/far. Interested firms may identify their interest and capability to respond to the requirement and submit an offer. All responsible sources that submit an offer will be considered. Offers are due electronically on December 28, 2010, 12:00 PM EDT and shall be submitted to the Aviation Applied Technology Directorate, Attn: CCAM-RDT (Dan Shipley), 401 Lee Blvd., Fort Eustis VA 23604-5577 by email (dan.m.shipley@us.army.mil). Contracting Officer P.O.C. is Linda Diedrich, 757-878-4828 or linda.diedrich@us.army.mil.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/28e9dd17c540dba4ab52dedd1092bb8d)
- 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
- SN02349371-W 20101224/101222234409-28e9dd17c540dba4ab52dedd1092bb8d (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 |