SOLICITATION NOTICE
16 -- AN/ZSQ-2 EOSS (MH-47G)
- Notice Date
- 6/23/2010
- Notice Type
- Presolicitation
- 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
- H92241-10-R-0015
- Archive Date
- 7/24/2010
- Point of Contact
- Heather M. Linzy, Phone: 757-878-5223 *249, Anthony E Watson, Phone: 757-878-5223 X250
- E-Mail Address
-
heather.m.linzy@us.army.mil, anthony.e.watson@us.army.mil
(heather.m.linzy@us.army.mil, anthony.e.watson@us.army.mil)
- Small Business Set-Aside
- N/A
- Description
- The United States Special Operations Command (USSOCOM), Technology Applications Contracting Office (TAKO), intends to award a base plus one year Indefinite Delivery - Indefinite Quantity (IDIQ) contract for a quantity of 8-15 for the AN/ZSQ-2 V1 Assault (PN: 6475400-100-1) Electro-Optical Sensor System (EOSS) and a quantity of 0-5 of the AN/ZSQ-2 V2 Attack (PN: 6475400-110-1). This will support the 160th Special Operations Aviation Regiment (Airborne) ((SOAR (A)) fleet aircraft MH-47G. A firm fixed price contract is contemplated. The delivery time will be proposed. Inspection and acceptance is at Origin. Ship to point is Lexington, KY. FOB is Origin. The reference number is H92241-10-R-0015. The associated NAICS code is 336413 and small business standard is 1000 employees. This solicitation is issued as a request for proposal (RFP) using the FAR Part 15, contracting by negotiation. This RFP does not provide for full and open competition. Justification for Other Than Full Open Competition is FAR 6.302-1, 10 USC 2304(c)(1), Only One Responsible Source and No Other Supplies or Services Will Satisfy Agency Requirements. The unique services can only be available from one source, Raytheon Company, 2501 West University. McKinney, TX 75071-2813. Raytheon Company owns the rights to the drawings and the manufacturing process and has no authorized dealers. The solicitation document and incorporated provisions and clauses are in effect through Federal Acquisition Circular 2005-41, effective 13 May 2010. The following provisions and clauses are applicable to this procurement: 52.215-10, Price Reduction for Defective Cost or Pricing Data; 52.215-11, Price Reduction for Defective Cost or Pricing Data-modifications; 52.215-12, Subcontractor Cost or Pricing Data; 52.215-13, Subcontractor Cost or Pricing Data - Modifications; 52.215-14, Integrity of Unit Prices. The following DFAR clauses cited are applicable to this acquisition: 252.204-7004, Required Central Contractor Registration; 252.211-7003, Item Identification and Valuation; 252.232-7003, Electronic Submission of Payment Requests. All firms must be registered in the Central Contractor Registration database @ www.ccr.gov. The above provisions and clauses can be found at http://farsite.hill.af.mil. The Defense Priorities and Allocation Systems (DPAS) assigned rating for this procurement is DO-A1. Interested parties should respond via e-mail to heather.m.linzy@us.army.mil NLT 9 July 2010, 12:00:00PM (EST).
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/ODA/USSOCOM/FortEustisVA/H92241-10-R-0015/listing.html)
- Record
- SN02185760-W 20100625/100623234852-8a696e4e6057916bba5b36ff946d4a6c (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 |