SOLICITATION NOTICE
15 -- Foreign Military Sales IDIQ
- Notice Date
- 2/2/2023 6:49:35 AM
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 336411
— Aircraft Manufacturing
- Contracting Office
- W6QK ACC-RSA REDSTONE ARSENAL AL 35898-0000 USA
- ZIP Code
- 35898-0000
- Solicitation Number
- W58RGZ-23-R-0043
- Response Due
- 3/6/2023 2:00:00 PM
- Archive Date
- 03/21/2023
- Point of Contact
- Clarissa E. Cooney, Phone: 256-842-4757, Shalanda R. McMurry, Phone: 256-313-5556
- E-Mail Address
-
clarissa.e.cooney.civ@army.mil, shalanda.r.mcmurry.civ@army.mil
(clarissa.e.cooney.civ@army.mil, shalanda.r.mcmurry.civ@army.mil)
- Description
- This is a combined synopsis/solicitation for commercial products 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. This solicitation, W58RGZ-23-R-0043, is issued as a Request for Proposal (RFP). The U.S.�Army Contracting Command-Redstone (ACC-RSA) intends to award, on a sole source basis,�a five-year IDIQ contract to the Original Equipment Manufacturer (OEM), Textron Aviation,�Inc. (Textron), One Cessna Boulevard, Wichita, Kansas 67215, Commercial and Government�Entity Code: 7EK50. This action is pursuant to 10 U.S.C. 2304(a) (1), as implemented by�Federal Acquisition Regulation (FAR) 6.302- 1(a)(2)(ii)(A),� Substantial duplication of cost to�the Government that is not expected to be recovered through competition. Textron is the original equipment manufacturer (OEM) of the King Air B200 series, King Air�B300 series, Cessna C-208B, and Cessna C-408 aircraft. Textron holds all licenses,�copyrights, patents, intellectual property rights, and the Type Certificate Data Sheets for�these aircraft and has established the necessary production facilities. Historically, the�aircraft have been purchased from Textron, the only source that can provide new factorydirect�sales. All models will be configured in compliance with Federal Aviation Regulation�Part 23, Airworthiness Standards, Normal, Utility, Acrobatic, and Commuter Category�Airplanes, and delivered with a current and valid Federal Aviation Administration (FAA)�Form 8100-2, Standard Airworthiness Certificate. This notice does not incorporate small-business set-aside(s). The associated North�American Industrial Classification System code for this requirement is 336411 (Aircraft�Manufacturing), with a small business size standard of 1,500 employees. Offerors must be registered in the System for Award Management (SAM) at�http://www.sam.gov, in order to be considered for award. A list of contract line item numbers (CLINS) and items, quantities and units of measure shall�be provided to Textron for this effort. The contemplated contract will include one 12-month base period and four 12-month�ordering periods for the procurement of Aircraft King Air Series B200 and B300 and�Cessna C208B and C408 to support upcoming FMS cases. The Government�s minimum quantity, to be awarded simultaneously with the award of�the basic contract is two (2) King Air 360 (B300 series) aircraft to the country of Peru. Anticipated award date is not later than July 2023. The contract will have a set�maximum ceiling of $99,788,000.00. Date(s) and Place(s) of Delivery will be Determined upon receipt of Letter of Offer and�Letter of Acceptance (from Country) and issuance of Delivery Order. Under the authority of (FAR) 6.302- 1(a)(2)(ii)(A), this action is directed towards Textron.�The solicitation is issued as a RFP to Textron only. A Statement of Work (SOW) along with�the anticipated CLIN structure will be provided directly to Textron in a separate document.�This RFP incorporates provisions and clauses in effect through Federal Acquisition Circular�(FAC) 2023-01, dated December 30, 2022 � found online at�https://www.acquisition.gov/content/list-sections-affected. Instructions to Offeror: Contractor shall provide list of published/non-published options and spares for each�aircraft along with individual pricing for these items, in addition to the Section B Pricing�(Attachment 0002) and submit as part of the proposal. Proposal submission shall be�received no later than 4:00 P.M. Central Time on March 6, 2023.� Any questions or concerns regarding this solicitation should be submitted in writing via�e-mail to the points of contact: Contract Specialist, Clarissa E. Cooney, at�clarissa.e.cooney.civ@army.mil and Contracting Officer, Shalanda R. McMurry, at�shalanda.r.mcmurry.civ@army.mil.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/58fe51c5080b4069b936fc9efbe409c1/view)
- Place of Performance
- Address: Wichita, KS 67215, USA
- Zip Code: 67215
- Country: USA
- Zip Code: 67215
- Record
- SN06580664-F 20230204/230202230112 (samdaily.us)
- Source
-
SAM.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's SAM Daily Index Page |