Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 04, 2008 FBO #2382
SOLICITATION NOTICE

D -- Computer software programs and routines to support helicopter flight test data processing.

Notice Date
6/2/2008
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
541511 — Custom Computer Programming Services
 
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
W911W6-06-D-0009
 
Response Due
6/9/2008
 
Archive Date
8/8/2008
 
Point of Contact
richard.e.conner, 7578784078
 
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 and Section 4202 of the Clinger-Cohen Act of 1996. Additionally, the acquisition is being procured in accordance with 10 U.S.C. 2304(c)(1) and FAR 6.302-1; only one responsible source and no other supplies or services will satisfy agency requirements. 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 05-23. The applicable North American Industry Classification System (NAICS) code is 541511. 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 extend the period of performance of IDIQ contract W911W6-06-D-0009 by an additional two (2) years and increase the contract ceiling value by $400,000.00 for a total of $700,000.00. The objective is to acquire information technology services to develop, write and/or enhance computer software programs and routines to support helicopter flight test data processing. The intended source for this computer support is Williams Technology, located at 456 Tiki Way, Chesapeake, Virginia 23322. Williams Technology is the only source capable of meeting the Governments requirements due to their expertise and working knowledge of software interface programming languages that are unique to ground and flight test operations while meeting the project schedule. AATD intends to award a Task Order on a firm-fixed-price basis under existing Indefinite Delivery/Indefinite quantity (IDIQ) contract W911W6-06-D-0009 with Williams Technology. This Task Order will continue the software interface programming languages for ground and flight test operations already begun. 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; 52.216-18 Ordering; 52.216-20 Order Limitations; and 52.216-22 Indefinite Quantity. The following clauses cited within FAR 52.212-5 apply; FAR 52.203-6, Restriction 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 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; 252.219-7003 Small, Small Disadvantaged and Women-Owned Small Business Subcontracting Plan; 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 is Williams Technology. Specifications, plans or drawings relating to this procurement described are not available and cannot be furnished by the Government. Proposals are due on 9 June 2008, 10:00 a.m. local time. Williams Technology 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. Alpha contracting methods with Williams Technology will be utilized. A solicitation document is not available. Submit inquiries regarding this procurement to: Aviation Applied Technology Directorate, ATTN: Mr. Rick Conner (AMSRD-AMR-AA-C), 401 Lee Blvd, Fort Eustis, Virginia 23604-5577. Point of contract is Rick Conner at (757) 878-4078 or richard.e.conner@us.army.mil.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=94a34904236af71825afd8a2f80327d3&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
SN01585167-W 20080604/080602220845-94a34904236af71825afd8a2f80327d3 (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.