SPECIAL NOTICE
59 -- TC-100D Radio Frequency (RF) Amplifiers Repair Contract
- Notice Date
- 8/28/2018
- Notice Type
- Special Notice
- NAICS
- 334419
— Other Electronic Component Manufacturing
- Contracting Office
- Department of the Army, Army Contracting Command, ACC - RSA (W911W6) (AATD) (SPS), LEE BLVD BLDG 401, FORT EUSTIS, Virginia, 23604-5577, United States
- ZIP Code
- 23604-5577
- Solicitation Number
- W911W6-18-R-0022
- Archive Date
- 9/20/2018
- Point of Contact
- Thomas M Helms, Phone: 7578782900, Hope A. McClain, Phone: 7578782993
- E-Mail Address
-
thomas.m.helms6.civ@mail.mil, hope.a.mcclain.civ@mail.mil
(thomas.m.helms6.civ@mail.mil, hope.a.mcclain.civ@mail.mil)
- Small Business Set-Aside
- N/A
- Description
- The Army Contracting Command Fort Eustis Contracting Division (CCAM-RDT), on behalf of the Aviation Development Directorate-Eustis (ADD-E), intends to award on a sole-source basis in accordance with FAR Part 6.302-1(a)(2)(i)(A), Only One Responsible Source and No Other Supplies or Services Will Satisfy Agency Requirements, with Elbit Fort Worth (EFW) Incorporated, 4700 Marine Creek Parkway, Fort Worth, Texas 76179-3598. The solicitation number is W911W6-18-R-0022 and is not issued as a request for quotation. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-99. The associated NAICS code is 334419 and this requirement is not a set-aside for small businesses. A contract is anticipated to be issued on a firm-fixed price (FFP) basis. The proposed action is to establish a repair contract with Elbit Fort Worth (EFW), the OEM of the TC-100D Radio Frequency (RF) Amplifiers, to evaluate and repair non-serviceable TC-100D RF Amplifiers in support of both the US Army Helicopter UH-60L AN/ASC-15E and AN/PRC-117F SATCOM systems. This requirement is to determine either known or unknown, but unserviceable, conditions for repairs and to those perform repairs as necessary/directed. The specific repairs and required material are unique to EFW Incorporated as they hold U.S. patents on the materials and design and have not licensed it to anyone. EFW Incorporated is the original equipment manufacturer of these systems and is the only source that can meet the specified requirements. EFW Incorporated will deliver the product at the specifications and quantities required for deployment by ADD-E. Delivery, Inspection, Acceptance, FOB Point, and Place of Performance (Shipping Address): AMRDEC ADD-E; ATTN: Mrs. Jill Rich, Project Lead, US Army Fabrication and Instrumentation, 401 Lee Blvd, Ft Eustis, VA 23604-5577. Delivery shall be completed as repairs are made to the items shipped by the Government. Expedited partial and early delivery is acceptable and preferred. PROVISIONS: incorporated by reference include FAR 52.203-11, Certification and Disclosure Regarding Payments to Influence Certain Federal Transactions; FAR 52.203-18, Prohibition on Contracting with Entities That Require Certain Internal Confidentiality Agreements or Statements--Representation; FAR 52.204-7, System for Award Management; FAR 52.204-16, Commercial and Government Entity Code Reporting; FAR 52.204-20, Predecessor of Offeror; FAR 52.209-5, Certification Regarding Responsibility Matters, FAR 52.209-11, Representation by Corporations Regarding Delinquent Tax Liability or a Felony Conviction Under Any Federal Law; FAR 52.219-1, Small Business Program Representations; FAR 52.225-25, Prohibition on Contracting with Entities Engaging in Certain Activities or Transactions Relating to Iran-Representation and Certifications; FAR 52.233-2, Service of Protest; DFARS 252.203-7005, Representation Relating to Compensation of Former DoD Officials; DFARS 252.225-7000, Buy American Act--Balance of Payments Program Certificate; and DFARS 252.247-7022, Representation of Extent of Transportation by Sea. CLAUSES: incorporated by reference include FAR 52.203-3, Gratuities; FAR 52.203-6 Alternate I, Restrictions on Subcontractor Sales to the Government--Alternate I; FAR 203-12, Limitation on Payments to Influence Certain Federal Transactions; FAR 52.203-17, Contractor Employee Whistleblower Rights and Requirements to Inform Employees of Whistleblower Rights; FAR 52.204-4, Printed or Copies Double-Sided on Postconsumer Fiber Content Paper; FAR 52.204-13, System for Award Management Maintenance; FAR 52.204-19, Incorporation by Reference of Representations and Certifications; FAR 52.204-23, Prohibition on Contracting for Hardware, Software, and Services Developed or Provided by Kaspersky Lab and Other Covered Entities; FAR 52.212-4, Contract Terms and Conditions--Commercial Items; FAR 52.229-3, Federal, State and Local Taxes; FAR 52.232-39, Unenforceability of Unauthorized Obligations; FAR 52.232-40, Providing Accelerated Payments to Small Business Subcontractors; FAR 52.242-13, Bankruptcy; FAR 52.246-16, Responsibility of Supplies; FAR 52.247-34, F.O.B. Destination; FAR 52.249-2, Termination for Convenience of the Government (Fixed Price); FAR 52.249-8, Default (Fixed-Price Supply and Service); FAR 52.252-2, Clauses Incorporated by Reference; DFARS 252.203-7000, Requirements Relating to Compensation of Former DoD Officials; DFARS 252.203-7002, Requirement to Inform Employees of Whistleblower Rights; DFARS 252.204-7003, Control of Government Work Product; DFARS 252.209-7004, Subcontracting with Firms that are Owned or Controlled by the Government of a Country that is a State Sponsor of Terrorism; DFARS 252-211-7003, Item Identification and Valuation; DFARS 252.225-7001, Buy American Act and Balance of Payments Program; DFARS 252.225-7002, Qualifying Country Sources as Subcontractors; DFARS 252.225-7012, Preference for Certain Domestic Commodities; DFARS 252.225-7048, Export Controlled Items; DFARS 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports; DFARS 252.232-7006, Wide Area WorkFlow Payment Instructions; DFARS 252.232-7010, Levies on Contract Payments; DFARS 252.243-7002, Requests for Equitable Adjustment; DFARS 252.246-7000, Material Inspection and Receiving Report; and DFARS 252.247-7023, Transportation of Supplies by Sea. ADDITIONAL CLAUSE NOTES: 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 Subcontractor Sales to the Government--Alternate I; 52.203-19, Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements or Statements; 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Award; 52.209-6, Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment; 52.209-10, Prohibition on Contracting with Inverted Domestic Corporations; 52.219-28, Post Award Small Business Program Representation; 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 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; 52.222-50, Combating Trafficking in Persons; 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--System for Award Management; 52.233-3, Protest After Award; and 52.233-4, Applicable Law for Breach of Contract Claim. The full text of the clauses and provisions may be accessed electronically at http://farsite.hill.af.mil. This notice of intent to award is not a request for competitive quotes/proposals. No request for quotes/proposals will be posted. Interested sources may identify interest and their capability to respond to the requirement. The Government will review and consider all capability statements received within the closing date set in this notice. The Government retains the sole discretion on the decision whether or not to conduct this requirement competitively based upon information received in response to this notice. Information received will be considered solely to determine if a competitive procurement is required. Companies submitting capability statements shall reference the above solicitation number in all correspondence with the Government. Specifications, plans, or drawings relating to this procurement described are not available and will not be furnished. The successful offeror must submit their invoices through the Wide Area WorkFlow (WAWF) at http://wawf.eb.mil. All prospective offerors must also be actively registered in the System for Award Management (SAM) Web site www.sam.gov prior to award. Submit inquiries regarding this procurement to Thomas Helms, Army Contracting Command, CCAM-RDT, 401 Lee Boulevard, Fort Eustis, Virginia 23604-5577 by e-mail at thomas.m.helms6.civ@mail.mil. Points of contact are Thomas Helms at (757) 878-2909, or, Kenneth Helms at (757) 878-5909.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/45486f626801713d2f10d012dd6ad517)
- Place of Performance
- Address: Elbit Fort Worth (EFW) Incorporated, 4700 Marine Creek Parkway, Fort Worth, Texas 76179-3598, United States
- Zip Code: 76179-3598
- Zip Code: 76179-3598
- Record
- SN05060672-W 20180830/180828231746-45486f626801713d2f10d012dd6ad517 (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 |