Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 17, 2009 FBO #2729
SOLICITATION NOTICE

59 -- SATCOM Components

Notice Date
5/15/2009
 
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
W911W6-04-D-0007
 
Response Due
5/19/2009
 
Archive Date
7/18/2009
 
Point of Contact
richard.e.conner, 7578784078<br />
 
E-Mail Address
Aviation Applied Technology Directorate
(richard.e.conner@us.army.mil)
 
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 05-32. 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 extend the ordering period of Indefinite Delivery/Indefinite Quantity (IDIQ) contract W911W6-04-D-0007 by an additional three (3) years, increase the ceiling value of the contract by an additional $2,500,000 and also provide for retrofit or repair of units/components/subsystems that are under warranty, including retrofit or repair of unwarranted units/components/subsystems as required on a sole source basis under the authority of Section 4202 of the Clinger-Cohen Act of 1996 in order to integrate SATCOM retrofit kit systems into a number of Army rotary wing platforms. These components are for a satellite communications system used to support the military operations of forward deployed units under Contingency Operations. The intended source for these components is Tallahassee Communications, Inc. (Talla-Com), 1720 West Paul Dirac Drive, Tallahassee, Florida 32310-3754. Desired delivery for these antennas is one (1) month after contract award. Talla-Com is the only known source with the unique capability to supply the stated components with both compatibility to existing SATCOM transceivers and approved/qualified installation on military aircraft while meeting the required performance standard. 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 Delivery Order on a firm-fixed-price basis under existing IDIQ contract W911W6-04-D-0007 with Talla-Com. Delivery of these components is intended for U.S. Army Aviation Applied Technology Directorate (AATD), Fort Eustis, Virginia. Inspection/Acceptance and FOB Point are destination, AATD, Fort Eustis, Virginia. 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; 52.216-19 Order Limitations; and 52.216-22 Indefinite Quantity. 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; 52.219-9, 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 of supply is Talla-Com. Specifications, plans or drawings relating to this procurement described are not available and cannot be furnished by the Government. Proposals are due on 19 May 2009, 2:00 p.m. local time. Talla-Com 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 Talla-Com 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 Contact is: Rick Conner at (757) 878-4078 or richard.e.conner@us.army.mil.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/USAMC/DAAH10/W911W6-04-D-0007/listing.html)
 
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
SN01820375-W 20090517/090516162213-8b2c4728f3e203170e2368ea0a09554c (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.