Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 26, 2004 FBO #0851
SOLICITATION NOTICE

16 -- Instrument Flight Rules (IFR) under Instrument Meteorological Conditions (IMC) Component Kit.

Notice Date
3/24/2004
 
Notice Type
Solicitation Notice
 
NAICS
334220 — Radio and Television Broadcasting and Wireless Communications Equipment Manufacturing
 
Contracting Office
Aviation Applied Technology Directorate, ATTN: AMSRD-AMR-AA-C, Building 401, Lee Boulevard, Fort Eustis, VA 23604-5577
 
ZIP Code
23604-5577
 
Solicitation Number
W911W6-04-R-0007
 
Response Due
4/8/2004
 
Archive Date
6/7/2004
 
Point of Contact
Elizabeth A. Jackson, (757) 878-2100
 
E-Mail Address
Email your questions to Aviation Applied Technology Directorate
(ejackson@aatd.eustis.army.mil)
 
Small Business Set-Aside
N/A
 
Description
This is a combined synopsis/solicitation for commercial items 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; propo sals are being requested and a written solicitation will not be issued. The solicitation number is W911W6-04-R-0007 and is issued as a request for a proposal. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular(s) 01-19 and 01-20. The applicable North American Industry Classification Standard (NAICS) code is 334220. The small business size standard is 1000 employees. This acquisition has been designated as unrestricted. The Government intends to acquire the following components on a sole source basis under the authority of Section 4202 of the Clinger-Cohen Act of 1996 in order to integrate Instrument Flight Rules (IFR) under Instrument Meteorological Conditions (IMC) comp onent kits to be installed on the Army Apache Helicopter A and D models. These components are for an approved flight-worthy kit to bring Apache aircraft to current European IFR requirements and will qualify the AH-64A/D for flight in IMC under US and Euro pean IFR requirements. The intended source for these components is L-3 Communications Avionics systems, Inc., located at 5353 52nd Street, S.E., Grand Rapids, Michigan. Desired delivery for the initial Task Order is 1 May 2004. L-3 Communications Avioni cs Systems, Inc. (L-3 Communications), is the only known source with unique capabilities to supply the stated IFR kit components approved / qualified for installation on Apache AH-64A/D military aircraft with the required performance. The associated desig n documentation and qualification testing required to substantiate airworthiness of any other such components precludes meeting the project schedule. The Government intends to award a Firm-Fixed-Price, Indefinite Delivery/Indefinite Quantity (IDIQ) contract for three-years with no options. The estimated value/ceiling price of the IDIQ contract is $5,000,000. The minimum order amount is $10,000. The master IDIQ contract will be for the following components with maximum quantities: 151 Magnetometer MAG 3000; 151 MAG 3000 Installation Kit; 151 Detachable Configuration Module DCM 3000; 151 GH3001 ESIS LRU; 151 GH3001 Installation Kit; 281 Air Data Compu ter ADC3000AC; 281 ADC3000 Installation Kit; 6 JT-147A Calibration Kit. The initial Task Order to be issued concurrently with the master IDIQ contract and will be for a minimum quantity of 20 Air Data Computer ADC3000AC and 20 ADC3000AC Installation Kit c omponents. Delivery of the component is intended for Aviation Applied Technology Directorate, Fort Eustis, Virginia. Inspection/acceptance and FOB Point are Origin, Grand Rapids, Michigan. This acquisition is in response to a tasking to support the Gove rnment in its effort to equip AH-64A/D helicopters for flight in IMC and under IFR in Europe. The provision at FAR 52.212-1, Instructions to Offerors ?????? Commercial Items, applies to this acquisition without addenda. Offerors shall include a completed copy of the provision at FAR 52.212-3 Offeror Representations and Certifications ?????? Com mercial Items, Alternate I with its offer. The following FAR clauses are applicable to this acquisition: 52.212-4, Contract Terms and Conditions ?????? Commercial Items, applies to this acquisition without addenda; 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders ?????? Commercial Items; 52.216-18 ?????? Ordering; 52.216-19 - Order Limitations; and 52.216-22 ?????? Indefinite Quantity. The following clauses cited within FAR 52.212-5 apply: FAR 52.203-6, Restrictions on Subcontractor Sales to the Government, Alternate I; 52.219-8, Utilization of Small Business Concerns; 52.219-9, Small Business Subcontracting Plan, Alternate II; 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 and Veterans of the Vietnam Era and Other Eligible Veterans; 52.222-36, Affirmative Action for Workers with Disabilities; 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans; 52.225-13, Restrictions on Certain Foreign Purchases; 52.232-33 Payment by Electronic Funds Transfer-Central Contractor Registration and FAR clause 52.212-5 Contract Terms and Conditions Required To Implement Statutes or Executive Orders--Commercial Items (Jan 2004) (Deviation). The clause at DFAR S 252-212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items, applies to this acquisition. The following clauses cited within DFARS 252.212-7001 apply: 252.205-700 0, Provision of Information to Cooperative Agreement Holders; 252.225-7012, Preference for Certain Domestic Commodities; 252.225-7014, Preference for Domestic Specialty Metals; 252.232-7003, Electronic Submission of Payment Requests; 252.243-7002, Request s for Equitable Adjustment; 252.247-7023, Transportation of Supplies by Sea, and 252.247-7024, Notification of Transportation of Supplies by Sea. As previously noted the intended source of supply is L-3 Communications Avionics Systems, Inc. Specifications, plans or drawings relating to this procurement described are not available and cannot be furnished by the Government. Proposals are due on 8 April 2004, 2:00 p.m. local time. L-3 Communications is the only known source; however, interested persons may identify their interest and capability to respond to the requirement and submit a proposal. All responsible sources may submit an offer and will be considered. Alpha contracting methods with L-3 Communications will be utilized. A solicitation document is not available. Submit inquiries/proposals regarding this procurement to: Aviation Applied Technology Directorate, ATTN: Mrs. Beth Jackson (AMSRD-AMR-AA-C), 401 Lee Blvd, Fort Eustis, Virginia 23604-5577. Point of Contact is: Beth Jackson at (757) 878-2100 ejackson@aatd.eustis.army.mil.
 
Place of Performance
Address: Aviation Applied Technology Directorate ATTN: AMSRD-AMR-AA-C, Building 401, Lee Boulevard Fort Eustis VA
Zip Code: 23604-5577
Country: US
 
Record
SN00553291-W 20040326/040324224454 (fbodaily.com)
 
Source
FedBizOpps.gov 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  © 1994-2020, Loren Data Corp.