SOLICITATION NOTICE
15 -- Enhanced Ballistic Armament Protection Sysytem
- Notice Date
- 6/21/2011
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 336413
— Other Aircraft Parts and Auxiliary Equipment Manufacturing
- Contracting Office
- ACC-RSA-AATD - (SPS), ATTN: AMSRD-AMR-AA-C, Building 401, Lee Boulevard, Fort Eustis, VA 23604-5577
- ZIP Code
- 23604-5577
- Solicitation Number
- W911W6-11-R-0014
- Response Due
- 6/24/2011
- Archive Date
- 8/23/2011
- Point of Contact
- Dan Shipley, 7578783766
- E-Mail Address
-
ACC-RSA-AATD - (SPS)
(dan.m.shipley@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. General Information Document Type: Combination Solicitation/Synopsis Solicitation Number:W911W6-11-R-0014 Posted Date:21 June 2011 Classification Code:15 - Aircraft and Airframe Structural Components - Elec Set Aside: NAICS CODE:336413- Other Aircraft Parts and Auxiliary Equipment Manufacturing Contracting Office Address: Aviation Applied Technology Directorate, ATTN: CCAM-RDT, Building 401 Lee Boulevard, Fort Eustis, VA 23604-5577 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-R-0014 and is issued as a Request for Proposal (RFP). Under this requirement, the Army Contracting Command (ACC) / Aviation Applied Technology Directorate (AATD) intends to award a commercial, firm fixed price contract. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 05-52. The applicable North American Industry Classification Standard (NAICS) code is 336413. The small business size standard is 1000 employees. AATD intends to purchase forty one (41) sets of UH-60 A/L/M Enhanced Ballistic Armament Protection Systems P/N 5085-000-0001-00 and seventeen (17) sets of HH-60 L/M Enhanced Ballistic Armament Protection Systems P/N 7081-000-0001-00. The contract will be awarded under the authority of Section 4202 of the Clinger-Cohen Act of 1996. Delivery of systems shall start 1 August 2011, with all systems delivered within 60 days. Delivery, Inspection, Acceptance and FOB Point are destination, AATD, Ft. Eustis, Virginia. Packaging shall be IAW standard commercial practices to ensure safe delivery to destination point. The provision at FAR 52.212-1, Instructions to Offerors Commercial Items, applies to this acquisition and is incorporated by reference. Any offer 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. The following FAR clauses are incorporated by reference include FAR 52.212-4, Contract Terms and Conditions-Commercial Items; 52.247-34, F.O.B. Destination; and 52.252-2, Clauses Incorporated by Reference. The following clauses cited within FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders--Commercial Items, apply: 52.204-7, Central Contractor Registration; 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards; 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; 52.222-50, Combating Trafficking in Persons; 52.223-18, Contractor Policy to Ban Text Messaging While Driving; 52.225-13, Restrictions on Certain Foreign Purchases; 52.232-33 Payment by Electronic Funds Transfer-Central Contractor Registration; and 52.246-4 Inspection of Services Fixed-Price. The following clauses cited within specifically apply DFARS 252.203-7002, Requirement to Inform Employees of Whistleblower Rights; 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items, apply: 52.203-3 Gratuities; 252.203-7000, Requirements Relating to Compensation of Former DoD Officials; 252.205-7000, Provision of Information to Cooperative Agreement Holders; 252.225-7001 Buy American Act and Balance of Payments Program; 252.225-7012, Preference for Certai n Domestic Commodities; 252.232-7003, Electronic Submission of Payment Requests; 252.247-7023, Transportation of Supplies by Sea Alternate III, and 252.247-7024 Notification of Transportation of Supplies by Sea. The clauses at 252.211-7003 Item Identification and Valuation; 252.232-7010, Levies of Contract Payments; 252.246-7000, Material Inspection and Receiving Report also apply. Payment provisions shall be via Wide Area Work Flow (WAWF). 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. Specifications, plans or drawings relating to this procurement are not available and cannot be furnished by the Government. The any systems being acquired under this requirement must have passed qualification for Airworthiness Release (AWR). Interested firms may identify their interest and capability to respond to the requirement and submit a proposal. However, this notice is not a request for competitive proposals. A determination by the Government not to compete this proposed contract action based upon responses to this notice is solely within the discretion of the Government. Information received will be considered solely for the purpose of determining whether to conduct a competitive procurement. Proposals are due on June 24, 5:00 PM EDT. Please submit all proposals 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. Place of Performance: Address: Aviation Applied Technology Directorate ATTN: CCAM-RDT, Building 401 Lee Boulevard, Fort Eustis, Virginia, 23604-5577
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/72e0a5b2830364d2b86c97abeb24cdea)
- Place of Performance
- Address: ACC-RSA-AATD - (SPS) ATTN: AMSRD-AMR-AA-C, Building 401, Lee Boulevard Fort Eustis VA
- Zip Code: 23604-5577
- Zip Code: 23604-5577
- Record
- SN02477779-W 20110623/110621234320-72e0a5b2830364d2b86c97abeb24cdea (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 |