Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 16, 2010 FBO #3126
SOLICITATION NOTICE

16 -- Bleed Air Heating/Defog Systems for installation onto the OH-58D Helicopter

Notice Date
6/14/2010
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
336413 — Other Aircraft Parts and Auxiliary Equipment Manufacturing
 
Contracting Office
Aviation Applied Technology Directorate (AMCOM-CC), ATTN: AMSRD-AMR-AA-C, Building 401, Lee Boulevard, Fort Eustis, VA 23604-5577
 
ZIP Code
23604-5577
 
Solicitation Number
W911W6-10-R-0009
 
Response Due
7/6/2010
 
Archive Date
9/4/2010
 
Point of Contact
Erika Faith Matthews, (757) 878-4825
 
E-Mail Address
Aviation Applied Technology Directorate (AMCOM-CC)
(erika.faith.matthews@us.army.mil)
 
Small Business Set-Aside
Total Small Business
 
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 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. The solicitation number is W911W6-10-R-0009 and is issued as a Request for Proposal (RFP) set aside for small businesses. Under this number, the Army Contracting Command (ACC) / Aviation Applied Technology Directorate (AATD) intends to award a five-year indefinite delivery, indefinite quantity, firm fixed price contract. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 05-41. The applicable North American Industry Classification Standard (NAICS) code is 336413. The small business size standard is 1,000 employees. AATD intends to purchase a minimum of one (1) and a maximum of four hundred (400) Bleed Air Heating/Defog Systems for installation onto the OH-58D Helicopter. Reference materials, as specified in Appendix B of the attached Statement of Work, will be made available to those firms who intend to provide a proposal. In addition, those firms who will provide a proposal may make an appointment to conduct an aircraft survey of an OH-58D Helicopter by contacting Erika Matthews at (757) 878-4825 no later than June 17, 2010, 12:00 PM EDT. Appointments are limited to two hours and must take place on June 18, 2010 at Fort Eustis, Virginia. Additional information including, but not limited to, use of camera, visit requests, and security will be provided at the time the appointment is made. Proposals must be submitted in accordance with the attached statement of work and must follow the following structure: CLIN 0001: Minimum of one (1) and maximum of four hundred (400) bleed air heating/defog systems for the OH-58D Helicopter. Proposal of this CLIN must be Firm-Fixed Price (FFP) and include a unit price per year, along with any economic quantity breaks. The Contractor shall be responsible for retrofit of delivered systems as a result of issues identified during user evaluation. CLIN 0002: Total non-recurring engineering (NRE) costs per attached Statement of Work, Sections 3.4 and 3.5. Proposal of this CLIN must be FFP. CLIN 0003: Data per Appendix A of attached Statement of Work. This CLIN will be not-separately priced. CLIN 0004: Spare/Repair Parts. This CLIN will be FFP and include a list containing the unit price for each individual component of the bleed air heating/defog system. This price list will be an attachment to the base contract. CLIN 0005: Technical Support per attached Statement of Work, Section 3.6. Technical Support may include items such as, but not limited to, phone support, qualification support, and travel support to CONUS locations. Should this CLIN be utilized for other than phone support, a mini-Statement of Work will be provided for a quote detailing the support needed. Proposal of this CLIN must be FFP and include a composite hourly rate for technical support (other than engineering support) for each year of the contract. In addition to the above, the following items must be submitted with the proposal (if applicable): 1) FAA STC Certificate; 2) Quality Assurance certifications; 3) Substantiating documentation for obtaining the STC certificate; 4) Three references for similar product lines with contact names, contract numbers, phone numbers, and email addresses; and 5) Per FAR 52.212-4, ''The contractor warrants and implies the items delivered hereunder are merchantable and fit for use for the particular purpose described in this contract''. The Government desires those vendors submitting a quote to also provide a timeframe for their warranted product, if any. In addition, the Government desires to start the warranty from time of installation rather than delivery. Please state in your quote if the firm provides a timeframe of their warranty and if there are any issues with time of installation vs. delivery. Items 3) through 5) will not be used as evaluation factors. Evaluation of proposal will be as follows: CLIN 0001 will be evaluated based on total of four hundred (400) each systems, to include shipping; CLIN 0002 will be evaluated based on total NRE costs; CLIN 0003 will not be evaluated; CLIN 0004 will be evaluated based on a total of one (1) each of each component on the spare/repair parts list, to include shipping; and CLIN 0005 will be evaluated based on ten (10) hours times the hourly rate for technical support (other than engineering support) for each year of the contract. The first delivery order will be awarded simultaneously with the award of the base contract. This delivery order will include a minimum of one (1) bleed air heating/defog systems, with a possibility of up to thirty-five (35) additional systems, as proposed under CLIN 0001 and total NRE costs as proposed under CLIN 0002. Delivery of the one (1) system is required no later than August 15, 2010 and the potential remaining thirty-five (35) systems must be delivered no later than December 1, 2010. Delivery, Inspection, Acceptance and FOB Point for the first delivery order will be destination, AATD, Ft. Eustis, Virginia. Delivery, Inspection, Acceptance and FOB Point for additional delivery orders will be addressed within each order. FAR 52.212-1, Instructions to Offerors Commercial Items, applies to this acquisition and is incorporated by reference. Please review the clause carefully to ensure that you are submitting all required information with your proposal. Also in accordance with the clause, all prospective offerors must be actively registered in the Central Contractor Registration prior to award. FAR 52.212-2, Evaluation-Commercial Items, applies to this acquisition and paragraph (a) is completed as follows: The following factors shall be used to evaluate offers: 1) Technically acceptable IAW attached Evaluation Matrix; 2) Low Price. Offerors shall include a completed copy of the provision at FAR 52.212-3 Offeror Representations and Certifications Commercial Items, Alternate I with their offer. Clauses incorporated by reference include FAR 52.212-4, Contract Terms and Conditions-Commercial Items; 52.247-34, F.O.B. Destination; 52.252-2, Clauses Incorporated by Reference; 252.211-7003, Item Identification and Valuation; 252-232-7010, Levies of Contract Payments; 252.246-7000, Material Inspection and Receiving Report. The following clauses will be incorporated in the IDIQ contract in full-text: 52.216-18, Ordering; 52.216-19, Order Limitations; and 52.216-22, Indefinite Quantity. The fill-ins for the clauses are as follows: 52.216-18(a): award of contract through five years thereafter; 52.216-19(a): one (1) each; 52.216-19(b)(1): four hundred (400) each; 52.216-19(b)(2): four hundred (400) each; 52.216-19(b)(3): ten; 52.216-19(d): ten; and 52.216-22(d): 31 July 2016. The following clauses cited within FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders--Commercial Items, apply: 52.222-50 Combating Trafficking in Persons; 52.203-6, Restrictions on Subcontract Sales to the Government, with Alternate I; 52.219-4, Notice of Price Evluation Preference for HUBZone Small Business Concerns; 52.219-6, Notice of Total Small Business Set-Aside; 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, Veterans of the Vietnam Era, and other Eligible Veterans; 52.222-36, Affirmative Action for Workers with Disabilities; 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and other Eligible Veterans; 52.222-54, Employment Eligibility Verification; 52.225-13, Restrictions on Certain Foreign Purchases; and 52.232-33 Payment by Electronic Funds Transfer-Central Contractor Registration. The following clauses cited within DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items, apply: 52.203-3, Gratuities; 252.203-7000, Requirements Relating to Compensation of Former DoD Officials, 252.225-7001 Buy American Act and Balance of Payments Program; 252.225-7012, preference for Certain Domestic Commodities; 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. The full text of the clauses or provisions may be accessed electronically at one of the following links: http://www.deskbook.osd.mil/, http://farsite.hill.af.mil, http://www.arnet.gov/far. Interested firms 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. Proposals are due on July 6, 2010, 2:00 PM EST and shall be submitted electronically via the Safe Site (https://safe.amrdec.army.mil/SAFE/) or in hard copy to the Aviation Applied Technology Directorate, Attn: CCAM-RDT (Erika Matthews), 401 Lee Blvd., Fort Eustis VA 23604-5577. All inquires regarding this procurement must be made in writing to: Aviation Applied Technology Directorate, Attn: CCAM-RDT (Erika Matthews), 401 Lee Blvd., Fort Eustis VA 23604-5577 or via email to erika.faith.matthews@us.army.mil. Contracting Officer P.O.C. is Linda Diedrich, 757-878-4828 or linda.diedrich@us.army.mil.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/94887aca43645438e3557fbe15ae67bc)
 
Place of Performance
Address: Aviation Applied Technology Directorate (AMCOM-CC) ATTN: CCAM-RDT, Building 401, Lee Boulevard Fort Eustis VA
Zip Code: 23604-5577
 
Record
SN02176515-W 20100616/100614234343-94887aca43645438e3557fbe15ae67bc (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.