SOLICITATION NOTICE
66 -- Purchase of Pitot Static Test Set (PSTS)
- Notice Date
- 5/22/2012
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 334513
— Instruments and Related Products Manufacturing for Measuring, Displaying, and Controlling Industrial Process Variables
- Contracting Office
- ACC-RSA - (Aviation), ATTN: AMSAM-AC, Building 5303, Martin Road, Redstone Arsenal, AL 35898-5280
- ZIP Code
- 35898-5280
- Solicitation Number
- W58RGZ12R0334
- Response Due
- 6/1/2012
- Archive Date
- 7/31/2012
- Point of Contact
- Sarah Chatman, 256-876-6877
- E-Mail Address
-
ACC-RSA - (Aviation)
(sarah.chatman@peoavn.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. The combined synopsis/solicitation is issued as a sole source request for quotation under solicitation number W58RGZ-12-R-0334. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-59, effective 15 May 2012. This procurement is being conducted pursuant to FAR 6.302-1 for "Other Than Full and Open Competition" to Druck, Inc., 1100 Technology Park Drive, Billerica, MA 01821. The associated North American Industrial Classifications System (NAICS) code for this procurement is 334513 with a small business standard size of 500 employees. The Pitot Static Test Set (PSTS) provides Army Aviation Maintainers the capability to troubleshoot, repair, and verify proper operation of aircraft Air Data Systems monitoring air speed, rate of climb, and altitude. The PSTS facilitates accurate and rapid testing of these primary Air Data Monitoring Systems. The ability to perform these functions is critical for performing scheduled/unscheduled maintenance and maintaining operational readiness, safety and airworthiness for the AH-64, CH-47, UH-60, and OH-58 aircrafts. This acquisition is for a firm-fixed-price contract to have one (1) contract line item number (0001) for PSTS, including the associated configuration management and provisioning data. The quantity of CLIN 0001 shall be 58 each. The authority permitting other than full and open competition is 10 U.S.C. 2304(c)(1), as implemented by FAR 6.302-1 entitled "Only One Responsible Source and No Other Supplies or Services Will Satisfy Agency Requirements." The proposed acquisition requires the use of the authority cited based on the following: Currently GE Measurement & Control (DBA) Druck, Inc. is the only contractor that offers an air data test set already qualified for use on Army helicopters. The Government does not own the PSTS technical data package (TDP) necessary to compete the hardware or software engineering required for reproduction of the Druck model TS-4463/P PSTS currently being used by Army aviation maintainers. Due to the low density of 58 systems for the production requirement and a conservative estimate of an initial investment of $3.035M for new system testing, qualification, training, Technical Manuals, Test, Measurement, and Diagnostic Equipment (TMDE), and additional program costs associated with multiple system management, the Government has determined it not economically feasible to obtain a license for proprietary rights, procure or develop the TDP and software source code for the Druck model TS-4463/P PSTS. Even if the Government could procure the TDP, the time required to develop, test, qualify and develop a sustainment mechanism for a second system would cause a minimum of 18 months delay at an estimated cost of $1.4M. Such a delay is unacceptable in meeting the Army's current requirement of six months. Based on the Government's technical expertise derived from similar type requirements, the results would be likely delays and detrimental impacts to the warfighter. Based on the aforementioned rationale, it is determined that GE Measurement & Control (DBA) Druck, Inc. is the only manufacturerer that can provide the required PSTS in a timely manner without unacceptable delays and adverse mission readiness impacts, as well as continuity of performance, all of which are critical to successful execution of Army aviation missions worldwide. The contractor shall commence delivery of the first unit NLT 30 days after contract award and deliver at a rate of 29 each per month until shipped complete. Inspection and acceptance shall be Origin. FOB Point shall be Destination. Delivery of the 58 each shall be to the following delivery location: USA DEP LETTERKENNY TRANSPORTATION OFFICE ATTN: Jim Bowser, (DODAAC: W90CGJ) 1 OVERCASH AVE, BLDG 320 CHAMBERSBURG, PA 17201-4153 Provisions and clauses applicable to this acquisition are as follows: FAR 52.202-1 Definitions, 52.203-3 Gratuities, 52.203-11 Certification and Disclosure Regarding Payments to Influence Certain Federal Transactions, 52.204-4 Printed or Copied Double-Sided on Postconsumer Fiber Content Paper, 52.204-7 Central Contractor Registration, 52.209-5 Certification Regarding Responsibility Matters, 52.209-7 Information Regarding Responsibility Matters, 52.219-1 Alt I Small Business Program Representation, 52.225-19 Child Labor - Cooperation with Authorities and Remedies, 52.222-22 Previous Contracts and Compliance Reports, 52.222-25 Affirmative Action Compliance, 52.225-18 Place of Manufacture, 52.225-25 Prohibition on Contracting with Entities Engaging in Sanctioned Activities Relating to Iran - Representation and Certification, 52.229-3 Federal, State, and Local Taxes, 52.233-1 Disputes, 52.233-2 Service of Protests, 52.242-13 Bankruptcy, 52.243-1 Changes-Fixed Price, 52.244-5 Competition on Subcontracting, 52.246-2 Inspection of Supplies-Fixed Price, 52.247-16 Contractor Responsibility for Returning Undelivered Freight, 52.247-34 F.o.b. Destination, 52.247-48 F.o.b. Destination-Evidence of Shipment, 52.249-2 Termination for Convenience of the Government (Fixed-Price), 52.249-8 Default (Fixed-Price Supply and Service), FAR 52.212-1 Instructions to Offerors - Commercial Items, FAR 52.212-3 Offeror Representations and Certifications - Commercial Items, 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 (applicable clauses are: 52.203-6, 52.204-10, 52.209-6, 52.219-8, 52.219-9 Alt II, 52.219-16, 52.219-28, 52.222-3, 52.222-19, 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.222-40, 52.223-18, 52.225-13, 52.232-33), DFARS 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items, DFARS 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports, and DFARS 252.219-7004 Small Business Subcontracting Plan (Test Program). The offeror's quote must be signed, dated, and delivered, submitted electronically, or mailed to the following office no later than 4:30 p.m. (Central) on 1 June 2012: Army Contracting Command - Redstone, ATTN: CCAM-AR-C, Sarah Chatman, Contract Specialist, Building 5309, Room 9237, Redstone Arsenal, Alabama 35898, Fax number: 256-876-3297, or Email address: sarah.chatman@peoavn.army.mil. No telephone requests will be accepted.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/0eb9bd281c073248adbbd449701936fd)
- Place of Performance
- Address: ACC-RSA - (Aviation) ATTN: AMSAM-AC, Building 5303, Martin Road Redstone Arsenal AL
- Zip Code: 35898-5280
- Zip Code: 35898-5280
- Record
- SN02754408-W 20120524/120522235220-0eb9bd281c073248adbbd449701936fd (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 |