Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 06, 2008 FBO #2476
SOLICITATION NOTICE

16 -- Purchase of Rate Gyroscopes

Notice Date
9/4/2008
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
336413 — Other Aircraft Parts and Auxiliary 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-0026
 
Response Due
9/15/2008
 
Archive Date
11/14/2008
 
Point of Contact
Beth Chapman, 757-878-4827<br />
 
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. 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 05-26. The applicable North American Industry Classification Standard (NAICS) code is 336413. The size standard is 1000 employees. This acquisition has been designated as unrestricted. The U.S. Army Aviation Applied Technology Directorate (AATD) intends to purchase two (2) Rate Gyroscopes, Three (3) Axis, PN RG02-3201-1, on a sole-source basis under the authority of Section 4202 of the Clinger-Cohen Act of 1996. These units will collect flight test data during Instrumented Flight Testing. Procurement of these units will allow gathering of rate data as needed. This instrumentation is being purchased to capture flight test data on all instrumented helicopters. The intended source for these units is Rosemount Inc. located at 14300 Judicial Road, Burnsville, MN 55306. Because the current rate transducers are failing and are not acceptable to support additional testing, desired delivery for these units is required as soon as possible after contract award. Rosemount Aerospace Inc. is the only known source with the unique capability to produce the necessary components in the size which meets the known functionality requirements with our current data system configurations. These units have the benefit in that they fit existing safety-of-flight approved mounts. Current transducers are Rosemount units and will interface directly with these new units. Rosemount Aerospace Inc. offers the only known acceptable units. AATD intends to award a purchase order on a firm-fixed-price basis under contract number W911W6-08-P-0026 with Rosemount Aerospace Inc. Delivery of these units is intended for the U.S. Army Aviation Applied Technology Directorate (AATD), Fort Eustis, Virginia. Inspection/Acceptance and FOB Point are Origin, AATD, Fort Eustis, Virginia. The provision at 52.212-1, Instructions to Offerors-- Commercial Items, applies to this acquisition without addenda. 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: 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; 52.222-36, Affirmative Action for Workers with Disabilities; 52.222-50, Combating Trafficking in Persons; 52.225-13, Restrictions on Certain Foreign Purchases; 52.232-33, Payment by Electronic Funds Transfer--Central Contractor Registration; and 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders--Commercial Items (Jun 2008) (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: 252.225-7001, Buy American Act and Balance of Payments Program; 252.232-7003, Electronic Submission of Payment Requests; 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 Rosemount Aerospace Inc. Specifications, plans or drawings relating to this procurement described are not available and cannot be furnished by the Government. Proposals are due on September 15, 2008, 2:00 p.m. local time. Rosemount Aerospace Inc. 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 Rosemount Aerospace Inc. will be utilized. A solicitation document is not available. Submit inquiries regarding this procurement to: Aviation Applied Technology Directorate, Attn: Beth Chapman (AMSRD-AMR-AA-C), 401 Lee Boulevard, Fort Eustis, Virginia 23604-5577. Point of contact is Beth Chapman at (757) 878-4827 or beth.kay.chapman@us.army.mil.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=0f10deaae94a63a2a04c7a1888a16b6a&tab=core&_cview=1)
 
Place of Performance
Address: Aviation Applied Technology Directorate ATTN: AMSRD-AMR-AA-C, Building 401, Lee Boulevard Fort Eustis VA<br />
Zip Code: 23604-5577<br />
 
Record
SN01659684-W 20080906/080904221621-0f10deaae94a63a2a04c7a1888a16b6a (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.