Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 15, 2008 FBO #2362
SOLICITATION NOTICE

16 -- ESIS GH-3001 with NVIG Equipment

Notice Date
5/13/2008
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334220 — Radio and Television Broadcasting and Wireless Communications Equipment Manufacturing
 
Contracting Office
Department of the Army, U. S. Army Materiel Command, Aviation Applied Technology Directorate, Aviation Applied Technology Directorate, ATTN: AMSRD-AMR-AA-C, Building 401, Lee Boulevard, Fort Eustis, VA 23604-5577
 
ZIP Code
23604-5577
 
Solicitation Number
W911W6-08-P-0016
 
Response Due
5/22/2008
 
Point of Contact
Ceseley A. Dunbar, 757-878-2771
 
Small Business Set-Aside
N/A
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in 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 document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 05-22. 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 U.S. Army Aviation Applied Technology Directorate (AATD) intends to acquire twelve (12) each - Electronic Standby Instrument System (ESIS) GH-3001 (Part#201-1860-2404), ADC Installation Kit (Part#504-1895-04), DCM-3001 Detachable Configuration Module (Part#501-1803-162), and GH Installation Kit (Part#504-1895-11). The intended source for these components is L-3 Communications, Grand Rapids, MI. There are staff performance specifications and design parameters applicable to installation on the AH-64A/D Helicopter IFR kits. All individual components of the kit and the entire kit are subject to separate preliminary airworthiness evaluation, flight-testing, and final airworthiness evaluation approval. A change to the design of any portion of the kit potentially causes a domino effect of successive redesign of other kit components. L-3 Communication offers the only known acceptable GH-3001 ESIS necessary to support the installation of IFR communication kits into rotary wing air vehicles. The associated design documentation and qualification testing required to substantiate airworthiness of any other such component precludes meeting the project schedule. AATD intends to award a Purchase Order on a firm-fixed-price basis to L-3 Communications. Delivery of these components is intended for AATD, Fort Eustis, VA. Inspection/Acceptance and F.O.B. Point are Destination, AATD, Fort Eustis, VA. The provision at 52.212-1, Instructions to Offerors Commercial Items, applies to this acquisition without addenda. Offerors shall include a completed copy of the provision at 52.212-3 Offeror Representations and Certifications Commercial Items, Alternate I with their 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. 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; 52.222-3, 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 Disabled Veterans and 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 (Nov 2007) (Deviation). The clause at DFARS 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 252.212-7001 apply: 52.203-3 Gratuities; 252.205-7000, Provision of Information to Cooperative Agreement Holders; 252.225-7001 Buy American Act and Balance of Payments Program; 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, Requests 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. Specifications, plans or drawings relating to this procurement described are not available and cannot be furnished by the Government. Proposals are due on 22 May 2008, 2:00 pm EST. L-3 Communication 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 that submit an offer will be considered. A solicitation document is not available. Submit inquiries regarding this procurement to: Aviation Applied Technology Directorate, ATTN: Ms. Ceseley Dunbar (AMSRD-AMR-AA-C), 401 Lee Blvd, Fort Eustis, Virginia 23604-5577. Point of Contact is: Ms. Ceseley Dunbar at (757) 878-2771 or Email: ceseley.dunbar@us.army.mil
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=04b6691ccad03e348fb1edae4ad49e82&tab=core&_cview=1)
 
Place of Performance
Address: Aviation Applied Technology Directorate ATTN: AMSRD-AMR-AA-C, Building 401, Lee Boulevard Fort Eustis VA
Zip Code: 23604-5577
 
Record
SN01571927-W 20080515/080513220516-04b6691ccad03e348fb1edae4ad49e82 (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.