Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 15, 2012 FBO #3764
SOLICITATION NOTICE

16 -- Retransmit Transformer Boxes

Notice Date
3/13/2012
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334419 — Other Electronic Component 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
W911W6-12-P-0037
 
Response Due
3/16/2012
 
Archive Date
5/15/2012
 
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:W911W6-12-P-0037 Posted Date:13 March 2012 Classification Code:16 - Aircraft Components and Accessories Set Aside:None NAICS CODE:334419 - Other Electronic Component 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 W911W6-12-P-0037 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 05-56. The applicable North American Industry Classification Standard (NAICS) code is 334419. The small business size standard is 500 employees. AATD intends to purchase the fabrication of four hundred forty (440) each Retransmit Transformer Boxes (P/N: 1010120) for the UH-60A/L. The Rapid Prototyping Division of the AATD has the responsibility to integrate "stand alone" communications upgrades for a number of deploying UH-60 helicopters via the ARC-231 SATCOM/LOS radio retrofit kit. These boxes are required to provide key containment functionality for communication element in the UH-60 ARC-231 radio upgrade kit. The contract will be awarded on a sole-source basis under the authority of FAR 13.106-1(b). The intended source for these items is JKM Manufacturing, located at 920 Pine Avenue, Eufaula, AL, 36072. Delivery of these items shall begin NLT 12 weeks After Receipt of Order (ARO). The first delivery shall consist of twenty (20) boxes and forty (40) boxes per month thereafter. Delivery and FOB Point are destination, AATD, Ft. Eustis, Virginia. Inspection and Acceptance will be at Origin. 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. 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; 2) Total lowest price and (3) ability to meet delivery. Offerors shall have completed the Online Representations and Certifications Application (ORCA) or 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; Conditions-Commercial Items; 52.247-34, F.O.B. Destination. 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; 52.209-6, Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment; 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; and 52.232-33 Payment by Electronic Funds Transfer-Central Contractor Registration.. The following clauses cited within specifically apply 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; 252.247-7023, Transportation of Supplies by Sea Alternate III, and 252.247-7024 Notification of Transportation of Supplies by Sea. The other clauses that apply are 252.203-7002, Requirement to Inform Employees of Whistleblower Rights; 252.232-7010, Levies of Contract Payments; 252.246-7000, Material Inspection and Receiving Report. 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 at FAR 52.252-2, Clauses Incorporated by Reference. The successful offeror must submit their invoices through the Wide Area WorkFlow Web site http://wawf.eb.mil and must be in good standing with the Government according to the Excluded Parties List System https://www.epls.gov. Specifications, plans or drawings relating to this procurement are not available and cannot be furnished by the Government. JKM Manufacturing is the intended source of these items; however, interested firms 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. Proposals are due on 16 March,12:00 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/783797d0a9d2c66379e2276b7e42aad2)
 
Place of Performance
Address: ACC-RSA-AATD - (SPS) ATTN: AMSRD-AMR-AA-C, Building 401, Lee Boulevard Fort Eustis VA
Zip Code: 23604-5577
 
Record
SN02695415-W 20120315/120313235544-783797d0a9d2c66379e2276b7e42aad2 (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 |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.