Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 09, 2009 FBO #2721
SPECIAL NOTICE

59 -- Unistall, Pack, Unpack & Reinstall CRAF-AESS

Notice Date
5/7/2009
 
Notice Type
Synopsis
 
NAICS
488190 — Other Support Activities for Air Transportation
 
Contracting Office
395 B Street West Suite 2 Randolph AFB TX 78150-4525
 
ZIP Code
78150-4525
 
Solicitation Number
F3P3BD9105A001
 
Response Due
5/7/2009
 
Point of Contact
Jaime Morrison, Contract Specialist, Phone 210-652-5121, Fax 210-652-5135, - Vivian Fisher, Contracting Officer, Phone 210 652-5171, Fax 210-652-5135
 
E-Mail Address
jaime.morrison@randolph.af.mil, vivian.fisher@randolph.af.mil
 
Small Business Set-Aside
N/A
 
Description
1. SOLE SOURCE NOTICE: The 12th Contracting Squadron, Randolph AFB, TX, intends to award a contract on a sole-source basis to L-3 Communications Integrated Systems L.P. (L-3/IS) for a requirement to provide all personnel, transportation, equipment, tools, labor, supplies, materials, and supervision necessary to build and fabricate shipment crates; and to disconnect, disassemble, remove, and pack the A/A99S-3 Conversion Set, Upper Lobe Ship Set from a Boeing 767 (B767) Civil Reserve Air Fleet Aeromedical Evaluation Shipset (CRAF-AESS) trainer/mockup at the Medical Readiness Training Flight training site at Sheppard AFB (Wichita Falls, TX) in accordance with the attached Performance Work Statement (PWS). This is to facilitate the trainer system’s relocation from Sheppard AFB to Camp Bullis, San Antonio, TX. The Government intends to solicit and negotiate with only one source however interested persons may identify their interest and capability to respond to the requirement or submit quotes. This notice of intent is not a request for competitive quotes. However, the Government will consider all quotes received within 5 work days after date of publication of this notice. A determination by the Government not to compete this requirement based upon responses to this notice is solely within the discretion of the Government. Information received will normally be considered solely for the purpose of determining whether to conduct a competitive procurement. The Sole Source nature of this requirement is based upon the following: The A/A99S-3 CRAF-AESS was designed, manufactured, and installed by L-3/IS for the B767. Once the system has been transported to its new location, it must be uncrated, reassembled, installed, and tested per the L3-7950-I/I Installation and Instruction Manual. Upon re-installation, the system must test to its original electrical, electronic and mechanical function/operational status including the Liquid Oxygen Converter Pallet Assembly Supply Duct Assembly and the Power Converter Pallet Assembly Electrical Supply Duct Assembly. As the manufacturer of the A/A99S-3, L-3/IS is the only known source capable of successfully performing the tasks required. 2. Award will be made in accordance with FAR parts 12 and 13.5 using Simplified Acquisition Procedures (SAP). The associated North American Industry Classification System Code (NAICS) is 488190; and the size standard is $7.0 mil. This synopsis of proposed contract action does not commit the government to pay for any information, issue a solicitation, or award a contract. This synopsis is not to be construed as a commitment by the government. Any costs incurred as a result of a response to this announcement shall be borne by the firm and will not be charged to the government for reimbursement. 3. The following clauses and provisions are applicable to this action and can be viewed through Internet access at the FAR site, http://farsite.hill.af.mil: 52.212-1 Instructions to Offerors -- Commercial Items; 52.212-2 Evaluation -- Commercial Items; 52.212-3 Offeror Representations and Certifications -- Commercial Items; 52.252-1 Solicitation Provisions Incorporated by Reference with fill-in text http://farsite.hill.af.mil; 252.212-7000 Offeror Representations and Certifications--Commercial Items; 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items; and 5352.201-9101 Ombudsman. The following clauses and provisions are applicable to the resulting contract: 52.203-3 Gratuities; 52.203-6 Alt 1 Restrictions on Subcontractor Sales to the Government; 52.212-4 Contract Terms and Conditions -- Commercial Items and 52.212-4 Addendum; 52.212-5 Deviation: Contract Terms and Conditions Required to Implement Statutes or Executive Orders -- Commercial Items; 52.219-6 Notice of Total Small Business Set-Aside; 52.219-8 Utilization of Small Business Concerns; 52.219-14 Limitations on Subcontracting; 52.219-28 Post-Award Small Business Program Rerepresentation; 52.222-3 Convict Labor; 52.222-21 Prohibition of Segregated Facilities; 52.222-37 Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans; 52.222-41 Service Contract Act of 1965; 52.222-42 Statement of Equivalent Rates for Federal Hires; 52.225-13 Restrictions on Certain Foreign Purchases; 52.232-33 Payment by Electronic Funds Transfer--Central Contractor Registration; 52.233-3 Protest After Award; 52.233-4 Applicable Law for Breach of Contract Claim; 52.252-2 Clauses Incorporated by Reference with fill-in text http://farsite.hill.af.mil; 252.204-7004 Alternate A, Central Contractor Registration; 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items; 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports; 5352.201-9101 Ombudsman; WAWF Invoicing information; and any local clauses/statements as necessary. 4. All responsible sources may express their interest and capability to respond to this notice by written submission not later than 14 May 2009, at 1700 Central Standard Time and referencing the solicitation number contained in this notice. 5. Point of Contact: Mr. Jaime Morrison, Contract Specialist, Phone 210-652-5121, Fax 210-652-5135, Email jaime.morrison@randolph.af.mil NOTE: THIS NOTICE WAS NOT POSTED TO FEDBIZOPPS ON THE DATE INDICATED IN THE NOTICE ITSELF (07-MAY-2009); HOWEVER, IT DID APPEAR IN THE FEDBIZOPPS FTP FEED ON THIS DATE. PLEASE CONTACT 877-472-3779 or fbo.support@gsa.gov REGARDING THIS ISSUE.
 
Web Link
Link To Document
(https://www.fbo.gov/spg/USAF/AETC/RandAFBCO/F3P3BD9105A001/listing.html)
 
Place of Performance
Address: Unistall at Shepard AFB (Wichita Fall, TX). Install at Camp Bullis (San Antonio, TX). San Antonio, TX
Zip Code: 78150
Country: US
 
Record
SN01811551-F 20090509/090508101101 (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.