SOLICITATION NOTICE
59 -- Combined Synopsis/Solicitation for the Overhaul of the UH-60 Switch Assembly
- Notice Date
- 4/5/2024 6:59:48 AM
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 335313
— Switchgear and Switchboard Apparatus Manufacturing
- Contracting Office
- W6QK ACC-RSA REDSTONE ARSENAL AL 35898-0000 USA
- ZIP Code
- 35898-0000
- Solicitation Number
- W58RGZ-28-R-0028
- Response Due
- 5/6/2024 3:00:00 PM
- Archive Date
- 05/21/2024
- Point of Contact
- Daniel B. Bishop Jr., Edward A. Peterson, Phone: 2563138529
- E-Mail Address
-
daniel.b.bishop.civ@army.mil, edward.a.peterson4.civ@army.mil
(daniel.b.bishop.civ@army.mil, edward.a.peterson4.civ@army.mil)
- Description
- ACTION CODE:� Combined Synopsis/Solicitation DATE:� 5 April YEAR: 2024 CONTRACTING OFFICE ZIP CODE: 35898 NAICS CODE:� 335313 CONTRACTING OFFICE ADDRESS: U.S. Army Aviation and Missile Command (W58RGZ) ATTN:� CCAM-ALB, Building 5303, Martin Road Redstone Arsenal, AL� 35898-5280 (US) SUBJECT:� Combined Synopsis/Solicitation for the Overhaul of the UH-60 Switch Assembly SOLICITATION NUMBER:� W58RGZ-24-R-0028 CLOSING RESPONSE DATE: 6 May 2024 CONTRACTING OFFICER: Edward Peterson, email: edward.a.peterson4.civ@army.mil PLACE OF PERFORMANCE: Contractor�s Facility 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. Goodrich Corporation (CAGE Code 3HRL4) is the only known source that can provide overhaul of the Switch Assembly. The Government intends to use the policies and procedures of FAR Part 12 in conjunction with those at FAR Subpart 13.5 for this effort and award a firm fixed-price contract to the original equipment manufacturer Goodrich Corporation. Solicitation number W58RGZ-24-R-0028 is issued as a request for proposal. The solicitation document and incorporated provisions and clauses are those in effect through the Federal Acquisition Circular 2024-03. The requirement is not a set-aside. The associated NAICS code is 335313. The small business size standard is 1,250 employees. Line Item Numbers and Estimated Quantities: 0001AA: Product Verification Audit for Switch Assembly (PVA) 1 Lot CLIN Contract Type: Firm Fixed Price The contractor is required to submit a Maintenance and Overhaul Process Plan in accordance with Exhibit A, Data Item A003. The documentation shall be submitted 30 days after contract award. The maintenance and overhaul plan must be submitted and approved before PVA may be conducted. PVA must be approved before overhaul may begin. The PVA shall be in accordance with the Section C, Statement of Work/Specifications (PVA). The PVA shall be conducted within 90 days after receipt of reparables. The contractor shall prepare three (3) assets for PVA. The contractor is required to notify the Government Quality Office for scheduling of the PVA to the following email address: usarmy.redstone.usarmy.redstone.devcom-avmc.mbx.amr-mqcontracts@army.mil The contractor shall prepare and forward, through the Contract Specialist, finalized audit reports within 10 working days after completion of the PVA to the email address above with a copy emailed to the contracting office. PVA requires approval prior to Government acceptance of contract deliverable assets. The place of Inspection and Acceptance is Destination. FOB is Destination. Failure to pass the PVA may lead to Termination for Cause of the contract. 0002AA: Overhaul Switch Assembly (United States QTY) CLIN Contract Type: Firm Fixed Price Ordering Period 1: 20 each estimated quantity Ordering Period 2: 25 each estimated quantity Ordering Period 3: 25 each estimated quantity Ordering Period 4: 25 each estimated quantity Ordering Period 5: 25 each estimated quantity The Inspection and Acceptance is Origin. FOB is Origin. Individual delivery orders will be issued for this CLIN. 0003AA: Overhaul Switch Assembly (Foreign Military Sales QTY) CLIN Contract Type: Firm Fixed Price Ordering Period 1: 0 each estimated quantity Ordering Period 2: 6 each estimated quantity Ordering Period 3: 6 each estimated quantity Ordering Period 4: 6 each estimated quantity Ordering Period 5: 6 each estimated quantity The Inspection and Acceptance is Origin. FOB is Origin. Individual delivery orders will be issued for this CLIN. 0004AA: Beyond Economic Repair CLIN Contract Type: Firm Fixed Price This CLIN is for assets which are beyond economic repair (i.e. scrap) from CLINs 0002AA and/or 0003AA. Ordering Period 1: 10 each estimated quantity Ordering Period 2: 10 each estimated quantity Ordering Period 3: 10 each estimated quantity Ordering Period 4: 10 each estimated quantity Ordering Period 5: 10 each estimated quantity The Inspection and Acceptance is Origin. FOB is Origin. 0005AA: Contractor Furnished Containers CLIN Contract Type: Firm Fixed Price This CLIN covers containers for CLINs 0002AA and 0003AA. Ordering Period 1: 10 each estimated quantity Ordering Period 2: 10 each estimated quantity Ordering Period 3: 10 each estimated quantity Ordering Period 4: 10 each estimated quantity Ordering Period 5: 10 each estimated quantity The Inspection and Acceptance is Origin. FOB is Origin. 0006 Contract Data Requirements List (CDRLs) A001 Government Property Inventory Report A002 Report of Shipping and Packaging Discrepancy A003 Maintenance and Overhaul Process Plan A004 Logistics Product Data � TAMMS-A Delivery schedule: Ordering Period 1 will be from date of contract award through 365 days after contract award (DACA). Ordering Period 2 will be from 366 DACA through 730 DACA. Ordering Period 3 will be from 731 DACA through 1,095 DACA. Ordering Period 4 will be from 1,096 DACA through 1,460 DACA. Ordering Period 5 will be from 1,461 DACA through 1,825 DACA. Duration of the contract period: 60 months Intended source: The proposed acquisition requires the use of 10 U.S.C. 3204(a)(1), as implemented by FAR 6.302-1(a)(2), because technical data, to include a Depot Maintenance Work Requirement (DMWR), is not available for the Switch Assembly overhaul requirement. All the technical data (and data rights) for this requirement are proprietary and controlled by the original equipment manufacturer, Goodrich Corporation, and not by the Government. For this reason, there are no plans to have a DMWR written for this item. Goodrich Corporation has the proprietary rights, technical expertise, required machinery, and experienced personnel to perform the actions required by this acquisition. At this time, no other sources have the rights to use this data, and therefore, no other sources can be considered for award. All responsible sources�may�submit a capability statement, proposal, or quotation, which�shall�be considered by the agency. The capability statement must be submitted by 6 May 2024. Packaging and Marking: Contractor must comply with MIL-STD-2073-1E w/change 4, DoD Standard Practice for Military Packaging and MIL STD 129R w/change 3, DoD Standard Practice for Military Marking for Shipment and Storage. Contractor must comply with these versions notwithstanding that the Packaging and Marking Attachment does not list the current versions of these MIL Standards. The contractor shall furnish all services, facilities, labor, parts, materials, equipment, tools and data (other than Government Furnished Property), necessary to accomplish the overhaul of the following items: NOMENCLATURE: Switch Assembly INPUT NSN: 5930-01-476-1837 P/N: 42305-723 Output NSN: 5930-01-476-1837 P/N: 42305-723 ESTIMATED QUANTITY RANGE:� Minimum 20 each � Maximum 144 each (Includes an estimated FMS quantity of 24) Overhaul shall be in accordance with Section C, Statement of Work. The proposed contractual action will be a Five (5) year, Firm-Fixed-Price (FFP) Indefinite Delivery Indefinite Quantity (IDIQ) Overhaul contract, with the minimum / maximum quantities listed above. The procurement will not be solicited as a small business set-aside. The Switch Assembly is not classified as a Critical Safety Item (CSI). Technical data, to include a Depot Maintenance Work Requirement (DMWR), is not available for the Switch Assembly overhaul requirement. Offerors shall include a completed copy of the provision FAR 52.212-3, Offeror Representations and Certifications-Commercial Products and Commercial Services, FAR 52.216-18, FAR 52.216-19, and FAR 52.216-22 apply to this acquisition. FAR 52.212-4, Contract Terms and Conditions--Commercial Products and Services, applies to this acquisition. FAR Clause 52.212-5, Contract Terms and Conditions Required to Implement Statues or Executive Orders-Commercial Products and Commercial Services, applies to this acquisition. The following clauses cited in FAR 52.212-5 also apply to this acquisition: 52.203-6, 52.203-13, 52.204-10, 52.204-27, 52.209-6, 52.219-8, 52.219-9, 52.219-28, 52.222-3, 52.222-19, 52.222-21, Alternate I (Feb 1999) of 52.222-26, Alternate I (Jul 2014) of 52.222-35, 52.222-36, 52.222-37, 52.222-40, 52.222-50, 52.222-54, 52.223-18, 52.225-13, 52.232-33, and 52.242-5. FAR 52.232-40, Providing Accelerated Payments to Small Business Subcontractors, applies to this acquisition. FAR 52.245-7005, Management and Reporting of Government Property, applies to this acquisition. No Government Furnished Materials (GFM), other than the reparable assets and reusable containers, will be provided. DFARS 212.301 Solicitation provisions and contract clauses for the acquisition of commercial products and commercial services, applies to this acquisition. The following clauses cited in DFARS 212.301 also apply to this acquisition: FAR 52.203-3, 252.203-7000, 252.203-7002, 252.203-7003, 252.203-7005, 252.204-7008, 252.204-7012, 252.204-7015, 252.204-7016, 252.204-7017, 252.204-7018, 252.204-7019, 252.204-7020, 252.204-7022, 252.204-7024, 252.205-7000, 252.211-7003, 252.211-7008, 252.215-7008, 252.215-7010, 252.219-7000,�252.219-7003, 252.223-7008, 252.225-7000, 252.225-7001, 252.225-7007, 252.225-7012, 252.225-7027, 252.225-7031, 252.225-7050, 252.225-7055, 252.225-7056, 252.225-7059, 252.225-7060, 252.226-7001, 252.226-7002, 252.243-7002, 252.244-7000, 252.245-7005, 252.246-7003, 252.246-7008, 252.247-7022, 252.247-7023, and 252.247-7028. Terms and conditions for this requirement are consistent with customary commercial practices. Contract financing is not authorized. Payment shall be made through Wide Area Work Flow (WAWF), in accordance with DFARS 252.232-7006. DFARS 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports and Instructions, applies to this acquisition. DFARS 252.232-7006, Wide Area Work Flow Payment Instructions, applies to this acquisition. This is a Defense Priorities and Allocation System (DPAS) unrated order. Access to Defense Logistics Agency (DLA) FedMall is not authorized. The Government is only obligated to purchase the minimum quantity. Subject to the availability of funds, any quantities ordered will be priced at the unit price established for the ordering period in which they are ordered. Funds shall be obligated by issuance of a delivery order and not by the contract itself. Shipping instructions will be provided in each individual delivery order. The yearly estimated quantities listed herein do not commit the Government to ordering that or any quantity above the minimum quantity. The following websites are provided for the purpose of obtaining/reviewing various Army Publications and Technical Manuals/Bulletins: Technical Manuals and Bulletins � https://ent.ldac.army.mil/etmapp/#/etm/home DA Pamphlets and Army Regulations � https://armypubs.army.mil/ProductMaps/PubForm/AR.aspx The Government will not be required to obtain the contractor�s signature prior to the issuance of an order. The contractor shall comply with the Total Asset Visibility � Contractor (TAV-C) Requirements, see Attachment 0002. The minimum quantity set forth herein shall be obligated on Delivery Order (DO) 0001, to be issued simultaneously with the award of the contract. Any additional quantities ordered will be priced at the firm fixed price in effect during the ordering period in which they are ordered. POCs for this action are the Contracting Officer, Edward Peterson, email: edward.a.peterson4.civ@army.mil and the Contract Specialist, Daniel Bishop, email: daniel.b.bishop.civ@army.mil. This requirement is currently unfunded. Award will be withheld pending receipt of sufficient funds. Attached you will find the SOW, CDRLs, and attachments.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/ad3116de7e524a039a617e66adc89bed/view)
- Place of Performance
- Address: USA
- Country: USA
- Country: USA
- Record
- SN07021924-F 20240407/240405230049 (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 |