MODIFICATION
16 -- Modification to Special Notice W911W6-12-C-0033 adding response date.
- Notice Date
- 4/30/2012
- Notice Type
- Modification/Amendment
- 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
- W911W6-12-C-0033
- Response Due
- 5/16/2012
- Archive Date
- 7/15/2012
- Point of Contact
- Mike Leonard, 757-878-0086
- E-Mail Address
-
ACC-RSA-AATD - (SPS)
(michael.h.leonard@us.army.mil)
- Small Business Set-Aside
- N/A
- Description
- The Aviation Applied Technology Directorate (AATD), U.S. Army Research, Development, and Engineering Command intends to award on a non-competitive basis to Air Methods Corporation Inc., located at 7301 S. Peoria, Englewood, CO 80112, a non-commercial, contract for the integration of the Interim Medical Evacuation (MEDEVAC) Mission Support System (IMMSS) as an aircraft patient handling system into UH-60 helicopters. This proposed action is to procure 300 aircraft patient handling systems to replace the out of date Carousel Patient Handling System. This acquisition will be procured in accordance with 10 U.S.C. 2304(c)(1) as implemented by FAR 6.302-1, Only one responsible source and no other supplies or services will satisfy agency requirements. No solicitation will be issued. The IMMSS developed by Air Methods Corporation is currently the only aircraft patient handling system that has an Air Worthiness Release (AWR) certification issued through the Aviation Engineering Directorate (AED) IAW AR 70-62 that has been approved for use on the UH-60. This system will be used to safely transport patients and crew members during critical Medical Evacuation (MEDEVAC) missions. Use of another source would cost an estimated $5 million and over two years to obtain an AWR certification. The opportunity for competition is not considered feasible due to the reasons set forth above. Air Methods Corporation is the only source with the capability to provide the items/services in a timely manner to meet the U.S. Army specifications and requirements. The overall period of performance for this contract is 60 months consisting of a base year contract with four (4) option years. The applicable North American Industry Classification Standard (NAICS) code is 336413. While the Government does not anticipate competition, any responsible source may submit a proposal that will be considered. All capability statements should be submitted to the contracting office address. No phone inquiries will be entertained. Responses shall be made in writing by e-mail, U.S. mail or facsimile to the attention of Mr. Michael Leonard using the contract information provided in this synopsis. Any information submitted by respondents to this synopsis is strictly voluntary. The Government will not pay for any information that is submitted by respondents to this notice. All questions regarding this solicitation should be submitted to the Contract Specialist, Mike Leonard, FAX: 757-878-0008, or Email: Michael.h.leonard.civ@mail.mil Contracting Office Address: Aviation Applied Technology Directorate (AATD) 401 Lee Blvd Ft Eustis, VA 23604 Point of Contact(s): Mike Leonard, 757-878-0086 / Michael.h.leonard.civ@mail.mil FAX: 757-878-0008 Place of Performance To Be Determined (TBD) based on aircraft availability and location.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/f1c247fffee279899cb0bd012d27a614)
- 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
- SN02734606-W 20120502/120430235224-f1c247fffee279899cb0bd012d27a614 (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 |