Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 15, 2011 FBO #3490
SOLICITATION NOTICE

16 -- 16- Aircraft Components and Accessories -

Notice Date
6/13/2011
 
Notice Type
Presolicitation
 
NAICS
336412 — Aircraft Engine and Engine Parts Manufacturing
 
Contracting Office
ACC-RSA-AATD - (SPS), ATTN: AMSRD-AMR-AA-C, Building 401, Lee Boulevard, Fort Eustis, VA 23604-5577
 
ZIP Code
23604-5577
 
Solicitation Number
W911W6-11-T-0013
 
Response Due
6/28/2011
 
Archive Date
8/27/2011
 
Point of Contact
Dan Shipley, 7578783766
 
E-Mail Address
ACC-RSA-AATD - (SPS)
(dan.m.shipley@us.army.mil)
 
Small Business Set-Aside
N/A
 
Description
General Information Document Type: Combination Solicitation/Synopsis Solicitation Number:W911W6-11-T-0013 Posted Date:9 June 2011 Classification Code:16- Aircraft Components and Accessories - Ele Set Aside: NAICS CODE:336412 - Aircraft Engine Parts Manufacturing 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 services 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-0013 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 05-52. The applicable North American Industry Classification Standard (NAICS) code is 336412. The small business size standard is 1000 employees. AATD intends to procure services that will facilitate the integration and testing of Government furnished T700-GE-701D engine into the engine test cell at the contractor's Countermeasures Test Facility (CTF) to support ongoing programs for (Infrared) IR suppressor development, for the purpose of measuring engine exhaust backpressure. The Contractor shall also install (6) power turbine casing thermocouples in the GFP engine. Installation shall be accomplished IAW Contractor standards as the engine OEM and TM 1-2840-248-23&P-1/2/3, Aviation Unit and Intermediate Maintenance Manual for Engine, Aircraft Turboshaft T700-GE-701D Volumes 1/2/3. These installations shall also include associated wiring for interfacing with the engine test cell at the Countermeasures Test Facility (CTF) at AATD, Fort Eustis, Virginia. The Contractor shall execute engine test cell calibration runs at the Contractor facility for the purpose of documenting the engine performance of the T700-GE-701D (CDRL A001) and verifying the installation of the instrumentation. The engine test cell calibration runs at the contractor facility are for the purpose of documenting the engine performance of the T700-GE-701D and verifying the installation of the instrumentation. The contract will be awarded under the authority of Section 4202 of the Clinger-Cohen Act of 1996. Delivery of the engine to the contractor shall be one (1) week After Receipt of Order (ARO). Period of performance for this contract is three (3) months. 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. 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 based on vendors ability to comply with Government specifications; 2) Total lowest price and delivery. 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 and Conditions-Commercial Items; 52.245-1, Government Property; 52.246-25, Limitation of Liability - Services; 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 252.203-7002, Requirement to Inform Employees of Whistleblower Rights; 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 clauses at 252.211-7003 Item Identification and Valuation; 252.232-7010, Levies of Contract Payments; 252.246-7000, Material Inspection and Receiving Report also apply. 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. 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 June 28, 1200 hrs 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.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/6d6047eee80ce2bc4f2bd0a98a5dce64)
 
Place of Performance
Address: ACC-RSA-AATD - (SPS) ATTN: AMSRD-AMR-AA-C, Building 401, Lee Boulevard Fort Eustis VA
Zip Code: 23604-5577
 
Record
SN02471191-W 20110615/110613234512-6d6047eee80ce2bc4f2bd0a98a5dce64 (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.