Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 07, 2006 FBO #1684
SOLICITATION NOTICE

16 -- Battery Management Units

Notice Date
7/5/2006
 
Notice Type
Solicitation Notice
 
NAICS
336413 — Other Aircraft Parts and Auxiliary Equipment Manufacturing
 
Contracting Office
Other Defense Agencies, U.S. Special Operations Command, Technical Applications Contracting Office (TAKO), ATTN: AMSAM-TASO-K Lee Boulevard, Building 401, Fort Eustis, VA, 23604-5577
 
ZIP Code
23604-5577
 
Solicitation Number
H92241-06-R-0021
 
Response Due
7/26/2006
 
Archive Date
8/10/2006
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in the Federal Acquisition Regulation (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. PAPER COPIES OF THIS SOLICITATION WILL NOT BE AVAILABLE. U.S. Special Operations Command (USSOCOM), Technology Applications Contracting Office (TAKO) anticipates contracting with Phoenix Avionics Systems LLC, 230220 Wild Hunt Drive, Gaithersburg, MD 20882-1512 for a minimum quantity of 100 each and a maximum quantity of 200 each of the Battery Management Units for the MH-47 and MH-60 aircraft. The Government intends to solicit and negotiate with only one source under the authority of FAR 6.302-1. The solicitation will be issued on the World Wide Web and can be found at the following website: http://www.fbo.gov . Solicitation H92241-06-R-0021 is issued as a Request for Proposal using Simplified Acquisition Procedures under the test program for certain commercial items found at FAR 13.5. The Government does not retain propriety data rights on the Battery Management System. The offeror must obtain an Air Worthiness Release (AWR) qualification prior to contract award. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-09, effective April 19, 2006. It is the contractor?s responsibility to be familiar with applicable clauses and provisions. This s a commercial non-restricted acquisition. The North American Industry Classification System (NAICS) is 336413 with a small business size standard of 1,000 employees. This is a five year Indefinite Delivery Indefinite Quantity contract with the anticipated with a minimum quantity of 100 each on the first delivery order. Delivery will commence in October 2006 to the 160th Special Operations Aviation Regiment Airborne (SOAR) at Ft. Campbell, KY. FOB is Destination. The following FAR provision is applicable to this procurement: 52.212-1 Instructions to Offerors?Commercial Items (JAN 2006), applies to this acquisition and is hereby incorporated by reference. Solicitation provision at FAR52.212-2, Evaluation ?Commercial Items (JAN 1999), is hereby incorporated by reference. Offerors are reminded to include a completed copy of the provision at 52.212-3 Offeror Representations and Certifications?Commercial Items (MAR 2005), and 252.212-7000, Offeror Representations and Certifications-Commercial Items (JUN 2005), with his/her offer unless it is available on-line as implemented under On-line Representations and Certifications Application (ORCA). A copy of the Certifications and Representatives can be found at the following website: https://orca.bpn.gov. Clause 52.212-4, Contract Terms and Conditions-Commercial Items (SEP 2005) is hereby incorporated by reference, Clauses 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (APR 2006) and (DEVIATION) is hereby incorporated by reference. The following paragraphs apply to this solicitation and any resultant contract, 52.203-6, 52.211-15, 52.219-8, 52.219-9, 52.222-3, 52.222-19, 52.222-21, 52.222-26, 52.222-35 52.222-36, 52.222-37, 52.222-39, 52.225-13, 52.2322-33. Additional Contract Terms and Conditions applicable to this procurement are: Clauses 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Order Applicable to Defense Acquisitions of Commercial Items (JUN 2006) is hereby incorporated by reference. The following paragraphs apply from this clause to this solicitation and any resultant contract, 52.203-3, 252.205-7000, 252.225-7001, 252.232-7003, 252.243-7002. The following paragraphs apply to this solicitation and any resultant contract 52.219-1 Alt I, 52.233-2, 52.252-1, 52.252-2, 52.252-5, 52-252-6, 252.204-7003, 252.204-7004 Alt A, 252.204-7006, 252.211-7003, Item Identification and Valuation, 252.246-7000, 252.247-7023. The Defense Priorities and Allocation Systems (DPAS) assigned rating for this procurement is DOA1. Note 22 apply. Firms that feel they can provide the Battery Management Units are encouraged to identify themselves. This notice of intent is not a request for competitive proposal, however, the Government will consider all proposals received by the specified due date. The purchase will be FOB Destination to Ft. Campbell, KY and no suitable substitutes will be authorized or accepted. Offers may be submitted vial mail, email or facsimile. The point of contact is Sharon Gayle at 757-878-0730 Ext. 246, or email sharon.gayle@us.army.mil . All quotes must be submitted via e-mail, specified above, no later than 12:00noon EST on 26 July 2006.
 
Place of Performance
Address: Unknown
Zip Code: 999999
Country: USA
 
Record
SN01083142-W 20060707/060705225904 (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 |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  © 1994-2020, Loren Data Corp.