Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 27, 2009 FBO #2833
SOLICITATION NOTICE

16 -- Data Acquisition System (DAS) Components

Notice Date
8/25/2009
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334220 — Radio and Television Broadcasting and Wireless Communications Equipment Manufacturing
 
Contracting Office
Aviation Applied Technology Directorate, ATTN: AMSRD-AMR-AA-C, Building 401, Lee Boulevard, Fort Eustis, VA 23604-5577
 
ZIP Code
23604-5577
 
Solicitation Number
W911W6-09-D-0010
 
Response Due
9/1/2009
 
Archive Date
10/31/2009
 
Point of Contact
richard.e.conner, 7578784078
 
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 FAR Subpart 12.6, as supplemented with additional information included in this notice. This sole source commercial acquisition is undertaken under the authority of the test program for commercial items (section 4202 of the Clinger-Cohen Act of 1996) and the authority of the Services Acquisition Reform Act of 2003 (41 U.S.C. 428a). 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 05-36. The applicable North American Industry Classification Standard (NAICS) code is 334220. The small business size standard is 1000 employees. The U. S. Army Aviation Applied Technology Directorate (AATD) intends to award an Indefinite Delivery Indefinite Quantity (IDIQ) sole source contract to Teletronics Technology Corporation (TTC) located in Newton, Pennsylvania for the purchase of data acquisition system (DAS) components, ground support equipment and related accessories based on existing and future components for integration into related test facilities (RTF). The requirement for TTC DAS includes support to aviation platforms to enhance hardware and software capabilities, to provide maintenance of hardware configuration items, to provide field service, technical support and training, and to provide management services for overall program control, supervision, planning, controlled storage, inventory control, configuration management, and documentation. AATD anticipates award of an IDIQ contract with a maximum value of $3,000,000 over the ordering period of five (5) years. The type of funding appropriate for the orders will be assessed at time of order placement. The IDIQ contract minimum is $100,000, to be awarded concurrently with award of the IDIQ contract. Orders will be issued on a firm fixed price basis using funding appropriate for the orders at time of placement. TTC is uniquely capable of satisfying the Governments requirement as it is the only known source that has application interfaces to the existing AATD TTC DAS and RTF TTC DAS equipment. No other source could provide interfaces with the DAS already in use without substantial duplication of cost as previously stated. Any attempt to acquire new DAS functionality or upgrade to the existing DAS from another vendor having similar types of airborne DAS would pose tremendous technical risk in terms of the data collection and assuredly preclude meeting test schedules. Furthermore, introduction of any similarly, but not completely capable hardware/software would also adversely impact efficiency and credibility of test products produced under AATD ground and flight test programs, many of which are technology insertions destined in as short a time period as possible to areas of operations. TTC products are the uniquely suitable solution to providing new capabilities and for maintaining the current capabilities without harm to the Government. The provision at 52.212-1, Instructions to Offerors Commercial Items, applies to this acquisition. 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; 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, 52.222-3, 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; 52.232-22 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 APR 2009. 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 Request, 252.243-7002, Requests for Equitable Adjustments, 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 Teletronics Technology Corporation (TTC). Specifications, plans or drawings relating to this procurement described are not available and cannot be furnished by the Government. Proposals are due on 1 September 2009, 2:00 p.m. local time. Teletronics Technology Corporation is the only known source however; all responsible sources may submit a capability statement proposal or quotation which shall be considered by this agency. Submit inquiries regarding this procurement to: Aviation Applied Technology Directorate, ATTN: Mr. Rick Conner (RDMR-AAC), Building 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/W911W6-09-D-0010/listing.html)
 
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
SN01925498-W 20090827/090826000529-d09069ab9a683623c5314d088ba93d17 (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.