Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JUNE 05, 2014 FBO #4576
SOLICITATION NOTICE

16 -- Mi-17 Fast Rope System

Notice Date
6/3/2014
 
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
W911W6-14-R-0010
 
Response Due
6/9/2014
 
Archive Date
8/2/2014
 
Point of Contact
Toy Robinson, 757-878-2771
 
E-Mail Address
ACC-RSA-AATD - (SPS)
(benyetta.m.robinson.civ@mail.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 solicitation number is W911W6-14-R-0010 and is issued as a Request for Proposal (RFP). Under this number, the Army Contracting Command -Redstone Arsenal, Aviation Applied Technology Directorate (AATD) intends to award a firm fixed price contract. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-74. The applicable North American Industry Classification Standard (NAICS) code is 336413. The Aviation Development Directorate - Aviation Applied Technology Directorate (ADD-AATD), U.S. Army Contracting Command anticipates award of a new firm-fixed-price (FFP) contract to support the Army's liaison activities with the Afghani Ministries of Interior and Special Mission Wing (MOI, SMW). The action under this contract will be funded with Operations and Maintenance, Army (OMA) appropriations. The proposed contract is for procuring three (3) shipsets, aft door fast rope systems (QRADQ817) and the accompanying documentation (provisioning parts list, spares list, installation instructions, etc.) and shall be ready for immediate installation and operation. Documentation must have been Army Engineering Directorate (AED) approved. Delivery of the shipsets must be no later than 30 June 2014 and be delivered to ADD/AATD, Ft. Eustis, Virginia. The QRADQ817 and documentation will facilitate the United States Army's training of Afghani Ministry of Interior (MOI) and Special Mission Wing (SMW) forces supporting drug interdiction, anti-terrorism, military operations, and police enforcement missions. 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. The provision at FAR 52.212-1, Instructions to Offerors Commercial Items, applies to this acquisition without addenda and is incorporated by reference. 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 System for Award Management prior to award. Clauses incorporated by reference include FAR 52.204-4, Printed or Copied Double-Sided on Recycled Paper; 52.204-7, Central Contractor Registration, Alternate I; 52.212-4, Contract Terms and Conditions-Commercial Items; 52.242-13, Bankruptcy; 52.244-5, Competition in Subcontracting; 52.246-4, Inspection of Services -- Fixed-Price; 52.247-34, F.O.B. Destination; 52.252-2, Clauses Incorporated by Reference; 252.203-7002, Requirement to Inform Employees of Whistleblower Rights; 252.204-7000, Disclosure of Information; 252.204-7006, Billing Instructions; 252.232-7006, Wide Area Work Flow Payment Instructions; 252.232-7010, Levies of Contract Payments; and 252.243-7001, Pricing of Contract Modifications. The following clauses cited within FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders--Commercial Items, apply: 52.203-6, Restrictions on Subcontract Sales to the Government, with Alternate I; 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; 52.219-8, Utilization of Small Business Concerns; 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; 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and other Eligible Veterans; 52.222-36, Affirmative Action for Workers with Disabilities; 52.222-37, Employment Reports on Veterans; 52.222-40, Notification of Employee Rights Under the National Labor Relations Act; 52.222-54, Employment Eligibility Verification; 52.223-18, Encouraging Contractor Policies 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; 52.222-41, Service Contract Act of 1965, as Amended; 52-222-42, Statement of Equivalent Rates for Federal Hires; and 52.222-44, Fair Labor Standards Act and Service Contract Act-Price Adjustment. 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: 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 Certain Domestic Commodities; 252.232-7003, Electronic Submission of Payment Requests; 252.237-7010, Prohibition on Interrogation of Detainees by Contractor Personnel; 252.243-7002, Requests for Equitable Adjustment; 252.247-7023, Transportation of Supplies by Sea, and 252.247-7024 Notification of Transportation of Supplies by Sea. 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. The intended source is Air Rescue Systems, Inc. (ARS), located at 700 Jefferson Ave. Ashland, OR 97520. This equipment requires qualification by the AED for use on all Mi-17 aircraft and documentation supporting airworthiness substantiation efforts. 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 no later than June 9, 2014, 2:00 PM EST and shall be submitted electronically via the Safe Site (https://safe.amrdec.army.mil/SAFE/) or in hard copy to the Army Contracting Command Redstone Arsenal - Aviation Applied Technology Directorate, Attn: CCAM-RDT Benyetta (Toy) Robinson, 401 Lee Blvd., Fort Eustis VA 23604-5577. Phone numbers and email addresses for points of contact are Benyetta (Toy) Robinson (Contract Specialist) at (757) 878-2771, email Benyetta.m.robinson.civ@mail.mil or Elizabeth (Beth) A. Jackson (Contracting Officer) at (757) 878-2100, elizabeth.a.jackson.civ@mail.mil. All inquiries regarding this procurement must be made in writing to the above email addresses.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/ac15c13ee3db82ee8c35fdfa3b0c02b4)
 
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
SN03383984-W 20140605/140603235135-ac15c13ee3db82ee8c35fdfa3b0c02b4 (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.