COMMERCE BUSINESS DAILY ISSUE OF OCTOBER 5, 2000 PSA #2700
SOLICITATIONS
A -- T55/T53 ENGINE COMPONENT IMPROVEMENT PROGRAM (CIP)
- Notice Date
- October 3, 2000
- Contracting Office
- Aviation Applied Technology Directorate, U.S. Army Aviation and Missile Command, Attn: AMSAM-RD-AA-C, Building 401, Lee Blvd, Room 117, Fort Eustis, VA 23604-5577
- ZIP Code
- 23604-5577
- Solicitation Number
- DAAH10-00-R-0008
- Response Due
- November 3, 2000
- Point of Contact
- Beth Jackson, Contract Specialist, (757) 878-2100
- E-Mail Address
- Aviation Applied Technology Directorate, Ft. Eustis, (ejackson@aatd.eustis.army.mil)
- Description
- The Aviation Applied Technology Directorate (AATD), U. S. Army Aviation and Missile Command (AMCOM), proposes to award a Indefinite Delivery Indefinite Quantity (IDIQ) contract, entitled "T55/T53 Engine Component Improvement program (CIP)" to Honeywell International, Inc., 111 South 34th Street, Phoeniz, Arizona 85034. The resultant contract will consist of a base contact for 5 years with one option period of 5 years. The purpose of this program is to maintain and/or improve the operational readiness, safety, reliability, maintainability, durability, and mission effectiveness while reducing procurement and operating and support costs for the U.S. Army T55/T53 series engines, by contracting for a series of Engineering Program Notices (EPNs), which will be issued by Task Orders under the IDIQ contract. Honeywell International, Inc. is the designer, developer, and producer of the T55/T53 engine. Because of their vast experience, engineering/technical expertise, propriety design rights, and design authority, Honeywell International, Inc. is the only source capable of providing the required response to field and safety problems and component engineering and technical services in support of the fielded T55/T53 series engines. The Government does not own, nor does it have access to a technical package to provide to offerors under a competitive acquisition. Alpha Contracting methods with Honeywell International, Inc. will be employed. No solicitation documents will be issued; however, portions of a model contract will be available. Honeywell International, Inc. is the only available source; however, interested persons may identify their interest and capability to respond to the requirement or submit proposals. A determination has been made that performance under the contracts will require access to and/or generate technical data the export of which may be restricted by the Arms Export control Act (Title 22, U.S. C., Sec. 2751 et. Seq.) or Executive Order 12470. Prior to award, the successful firm(s) will be required to provide an "Export-controlled DoD Data Agreement" certification number issued in accordance with DoD Directive 5230.25. This certification may be requested from the Defense Logistics Services Center, ATTN: DLSC-FBA Federal Ctr., Battle Creek, MI 49017-3084, Telephone 1-800-352-3572. All responsible sources may submit an offer to the above listed address, which will be considered. See Numbered Note(s): 8, 22, 26.
- Record
- Loren Data Corp. 20001005/ASOL005.HTM (W-277 SN5034K7)
| A - Research and Development Index
|
Issue Index |
Created on October 3, 2000 by Loren Data Corp. --
info@ld.com
|
|
|
|