Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 25, 2010 FBO #3043
SOLICITATION NOTICE

16 -- MH-6 Aircraft Generator Depot Level Maintenance Services - Source selection criteria - Statement of Work

Notice Date
3/23/2010
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
336413 — Other Aircraft Parts and Auxiliary Equipment Manufacturing
 
Contracting Office
Other Defense Agencies, U.S. Special Operations Command, Technical Applications Contracting Office (TAKO), ATTN: AMSAM-TASO-K, Lee Boulevard, Building 401, Fort Eustis, Virginia, 23604-5577
 
ZIP Code
23604-5577
 
Solicitation Number
AV0FA01900FA00
 
Archive Date
4/22/2010
 
Point of Contact
Andrew L. Davis, Phone: 7578783299239
 
E-Mail Address
andrew.l.davis2@us.army.mil
(andrew.l.davis2@us.army.mil)
 
Small Business Set-Aside
N/A
 
Description
Statement of work Source selection criteria 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 an additional written solicitation will not be issued. The reference number is AV0FA01900FA00 and this solicitation is issued as a request for quotation. This is a commercial non-restricted acquisition. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-35, effective 14 July 2009. The NAICS code is 336413 and the small business size standard is 1000 Employees.. The U. S. Special Operations Command has a requirement for Depot Level Maintenance Services for MH-6 Aircraft generators (369D28550, 200SGL111Q-3, GCSG-503-8A) in accordance with the attached statement of work. A firm fixed price contract is comtemplated. The following provisions and clauses apply to this acquisition: The provision at FAR 52.212-1, Instructions to Offerors--Commercial Items. The clause at 52.212-2, Evaluation of Commercial Items. Evaluation will be: The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government as a low price technically acceptable best value award. The Government reserves the right to evaluate and make a best value decision, which could result in award to other than the lowest priced offer if other factors are not met. The following factors shall be used to evaluate offers in the order of importance : (i) Technical capability (ii) Past Performance and (iii) Price. Specific Source Selection Criteria is provided as an attachment to this solicitation. Also applicable to this acquistion: The provision at FAR 52.212-3, Offeror Representations and Certifications -- Commercial Items, and the offeror must ensure a completed ORCA is available for download. The clause at FAR 52.212-4, Contract Terms and Conditions-Commercial Items; FAR 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders--Commercial Items. Specifically, the following clauses cited are applicable to this solicitation: FAR 52.222-26, Equal Opportunity; FAR 52.222-36, Affirmative Action for Handicapped Workers. The clause at FAR 52.232-33, Payment by Electronic Funds-Central Contractor Registration. The clause at DFARS 252.204-7004, Required Central Contractor Registration; DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statues or Executive Orders; DFARS 252.225-7001, Buy American Act and Balance of Payment Program. All firms must be registered in the Central Contractor Registration database @ www.ccr.gov. The following clauses apply to this solicitation and any resultant contract: 52.203-6, 52.211-15, 52.219-8, 52.222-3, 52.222-19, 52.222-35, 52.222-50, 52.247-29, 52.252-2, 252.204-7006, 252.211-7003, 252.246-7000, 252.247-7023, 252.232-7003. The above provisions and clauses can be found at http://farsite.hill.af.mil. This announcement will close and quotes are due by 3:00 PM (EST) 7 April 2010. Signed and dated offers must be submitted to US Special Operations Command, Technology Applications Contracting Office, Attn Lee Davis Commercial Phone number (757) 878-3299 Ext. 239, Fax (757) 878-3937, E-mail andrew.l.davis2@us.army.mil. Responsible sources may submit a bid, proposal, or quote which shall be considered. Offers may be submitted via E-mail only. For technical questions concerning the statement of work contact Francine Greathouse at (757)878-3299 ext 257 or email at Francine.Greathouse@us.army.mil.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/ODA/USSOCOM/FortEustisVA/AV0FA01900FA00/listing.html)
 
Place of Performance
Address: Bldg 401, Lee Blvd, Ft Eustis, Virginia, 23606, United States
Zip Code: 23606
 
Record
SN02100074-W 20100325/100323235642-db66643c42b2242d229b3a3bbdff0d6b (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.