Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 03, 2011 FBO #3417
SOLICITATION NOTICE

66 -- Modular Test Analyzer and 1280 Switching Module Assembly

Notice Date
4/1/2011
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334515 — Instrument Manufacturing for Measuring and Testing Electricity and Electrical Signals
 
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
W911W6-11-T-0012
 
Response Due
4/6/2011
 
Archive Date
6/5/2011
 
Point of Contact
Dan Shipley, 7578783766
 
E-Mail Address
Aviation Applied Technology Directorate (AMCOM-CC)
(dan.m.shipley@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. General Information Document Type: Combination Solicitation/Synopsis Solicitation Number:W911W6-11-T-0012 Posted Date: 1 April 2011 Classification Code:66 - Instruments and Laboratory Equipment Set Aside: None NAICS CODE: 334515 - Instrument Manufacturing for Measuring Testing Electricity and Electrical Signals Contracting Office Address: Aviation Applied Technology Directorate, ATTN: CCAM-RDT, Building 401 Lee Boulevard, Fort Eustis, VA 23604-5577 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 W911W6-11-T-0012 and is issued as a Request for Proposal (RFP). Under this requirement, the Army Contracting Command (ACC) / Aviation Applied Technology Directorate (AATD) intends to award a commercial, firm fixed price contract. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 05-50. The applicable North American Industry Classification Standard (NAICS) code is 334515. The small business size standard is 500 employees. AATD intends to purchase one (1) Modular Test Analyzer (MTA) model 2651; one (1) 1,280 Point Switching Module Assembly; fifteen (15) Series 10 Switching Card; Five (5) feet of Daisy Chain Interconnect Cable; and one (1) DIT-MCO standard 2651 Mobile Cart. The contract will be awarded on a sole-source basis under the authority of Section 4202 of the Clinger-Cohen Act of 1996. The intended source for these items is DIT-MCO International, located at 5612 Brighton Terrace, Kansas City, MO 64130. Delivery of these items shall be NLT 6 months After Receipt of Order (ARO). Delivery, Inspection, Acceptance and FOB Point are destination, AATD, Ft. Eustis, Virginia. Packaging shall be IAW standard commercial practices to ensure safe delivery to destination point. The provision at FAR 52.212-1, Instructions to Offerors Commercial Items, applies to this acquisition and is incorporated by reference. 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. Also in accordance with the clause, all prospective offerors must be actively registered in the Central Contractor Registration prior to award. The following FAR clauses are incorporated by reference include FAR 52.212-4, Contract Terms; Conditions-Commercial Items; 52.247-34, F.O.B. Destination; and 52.252-2, Clauses Incorporated by Reference. The following clauses cited within FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders--Commercial Items, apply: 52.204-7, Central Contractor Registration; 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards; 52.209-6, Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment; 52.219-28, Post Award Small Business Program Rerepresentation; 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; 52.222-36, Affirmative Action for Workers with Disabilities; 52.222-50, Combating Trafficking in Persons; 52.223-18, Contractor Policy to Ban Text Messaging While Driving; 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 specifically apply DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items, apply: 252.203-7000, Requirements Relating to Compensation of Former DoD Officials; 252.225-7001 Buy American Act and Balance of Payments Program; 252.232-7003, Electronic Submission of Payment Requests; 252.247-7023, Transportation of Supplies by Sea Alternate III, and 252.247-7024 Notification of Transportation of Supplies by Sea. The other clauses that aply are 252.203-7002, Requirement to Inform Employees of Whistleblower Rights; 252.211-7003 Item Identification and Valuation; 252.232-7010, Levies of Contract Payments; 252.246-7000, Material Inspection and Receiving Report. 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. Specifications, plans or drawings relating to this procurement are not available and cannot be furnished by the Government. DIT-MCO International is the intended source of these items; however, 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 6 April,12:00 PM EDT. Please submit all proposals to the Aviation Applied Technology Directorate, Attn: CCAM-RDT (Dan Shipley), 401 Lee Blvd., Fort Eustis VA 23604-5577 by email (dan.m.shipley@us.army.mil). Contracting Officer P.O.C. is Linda Diedrich, 757-878-4828 or linda.diedrich@us.army.mil. Place of Performance: Address: Aviation Applied Technology Directorate ATTN: CCAM-RDT, Building 401 Lee Boulevard, Fort Eustis, Virginia, 23604-5577
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/0265606544cb524edb00ce4b48687771)
 
Place of Performance
Address: Aviation Applied Technology Directorate (AMCOM-CC) ATTN: AMSRD-AMR-AA-C, Building 401, Lee Boulevard Fort Eustis VA
Zip Code: 23604-5577
 
Record
SN02414913-W 20110403/110401234312-0265606544cb524edb00ce4b48687771 (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.