Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 06, 2011 FBO #3542
SOLICITATION NOTICE

66 -- EADS VDATS parts. TYAD intends to award a sole source contract to EADS under the authority of Section 4202 of the Clinger-Cohen Act of 1996 permitting Other than Full and Open Competition 10 U.S.C 2304(c)(1)implemented by FAR 6.302-1

Notice Date
8/4/2011
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334515 — Instrument Manufacturing for Measuring and Testing Electricity and Electrical Signals
 
Contracting Office
ACC-APG (C4ISR)-Toby, ATTN: AMSEL-TY-KO, 11 Hap Arnold Boulevard, Tobyhanna, PA 18466-5100
 
ZIP Code
18466-5100
 
Solicitation Number
W25G1V-11-R-0060
 
Response Due
8/10/2011
 
Archive Date
10/9/2011
 
Point of Contact
Matthew Chase, 570.615.7870
 
E-Mail Address
ACC-APG (C4ISR)-Toby
(matthew.a.chase@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. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC 2005-53. NAICS Code is 334515, 500 employees size standard. The Solicitation number W25G1V-11-R-0060 is issued as a Request for Proposal (RFP). Simplified acquisition procedures FAR Part 13.5 are used. This solicitation is restricted to EADS North America, Inc. 4 Goodyear Street, Irvine CA. 92618-2002. Tobyhanna Army Depot intends to award a sole source contract to EADS North America, Inc. under the authority of Section 4202 of the Clinger-Cohen Act of 1996 permitting Other than Full and Open Competition 10 U.S.C 2304(c) (1), as implemented by FAR 6.302-1, Only One Responsible Source and No Other Supplies or Services Will Satisfy Agency Requirements. EADS is the sole source for parts required to support the fabrication of the Versatile Depot Automatic Test System (VDATS). The VDATS is the Air Force's preferred test solution and a recognized member of the DoD Family of Testers. VDATS is used to provide depot level diagnostic, troubleshooting, repair and verification of Air Force weapon systems. The parts provided will be used to organically manufacture the VDATS at Tobyhanna Army Depot. Any firms believing they can provide the parts required to support the fabrication of the Versatile Depot Automatic Test System (VDATS) should contact the Contract Specialist identified below before the response date. PROPOSAL SUBMISSION: Pricing must be submitted for all line in order for pricing to be considered. The pricing shall be filled out as follows: CLIN 0001: EADS ELECTRONIC COMPONENTS. The following brand name EADS part-numbered items shall be new items only, offers for after market or grey market items will not be accepted. Offers are only solicited from EADS North America, INC. This line item is not separately priced. Pricing should not be proposed. CLIN 0001AA: PLUG-IN UNIT, ELECTRICAL-ELECTRON, Part # 408151- 001. QTY: 20EA, $PRICE. CLIN 0001AB: CHASSIS, PLUG-IN UNIT, ELECT. Part #407374-01212 QTY: 10EA, $PRICE. CLIN 0002: EADS ELECTRONIC COMPONENTS- OPTION. OPTION FOR INCREASED QUANTITIES OF ABOVE EADS PART NUMBERED ITEMS. This line item is not separately priced. Pricing should not be proposed. CLIN 0002AA: PLUG-IN UNIT, ELECTRICAL-ELECTRON, Part # 408151- 001. Option to increase quantity for UP TO 6EA. Option to be exercised at sole discretion of the Government. QTY: 6EA, $PRICE. CLIN 0002AB: CHASSIS, PLUG-IN UNIT, ELECT, Part # 407374-01212. Option to increase quantity for UP TO 3EA. Option to be exercised at sole discretion of the Government. QTY:3EA, $PRICE. Any resultant contract shall be Firm, Fixed-Price, one award. Offeror must hold prices firm for 60 calendar days from the date specified for receipt of offers which is 4:00 PM local, August 10, 2011. Offers or modifications to offers received at the address specified for the receipt of offers after the exact time specified may not be considered. Offers may be submitted via Fax at 570-615-7525, e-mail or hard copy. To receive an award, the company must be registered in the Central Contractor Registration (CCR) https://www.bpn.gov/ccr/. Parties interested in responding to RFP shall complete a Standard Form (SF) 1449 http://www.forms.gov, blocks 5, 12, 17a, 17b, 19 thru 24, 30a, and 30b; AND 30c. The offer must be signed by a company official authorized to contractually bind the company. Offerors shall include and complete the full text provision FAR 52.209-5 Certification Regarding Debarment, Suspension, Proposed Debarment and Other Responsibility matters. FAR 52.212-3 ALT 1 Offeror Representations and Certifications-Commercial Items, completely filled out as well as DFARS 252.212-7000, Offeror Representations and Certifications-Commercial Items. Full text clauses maybe found at http://farsite.hill.af.mil. Supporting documentation (i.e., Past Performance and technical documentation) must be either submitted in order for your offer to be considered. See below regarding submission of technical documentation and examples of Past Performance. Completed SF1449 and other information must be faxed to 570-615-7525, sent electronically as a.pdf file or provided hard copy, by 4:00 PM local, August 10, 2011 to matthew.a.chase@us.army.mil. Complete delivery at Tobyhanna Army Depot (TYAD) shall be no later than 16 weeks from date of award. Delivery is FOB Destination, Tobyhanna Army Depot (TYAD), Tobyhanna, PA 18466. TECHNICAL, offer shall provide manufacturer's technical specifications for the proposed items and proposed delivery schedule. PAST PERFORMANCE information pertaining to three examples of sales for same or similar requirements to include customer name, phone number/email, items supplied, dollar value of contract and required/actual delivery. BASIS OF AWARD The following factors will be used for evaluation of award; Technical acceptability based on review of information submitted by offeror. Delivery. Past Performance will be rated as to relevancy and quality of product and related services. Price. Price, delivery and past performance is represented as approximately equal in importance. Offerer must is found to be responsible per FAR Part 9.1. See attachment 1 below for a copy of the Federal Acquisition Regulation (FAR), Defense Federal Acquisition Regulation Supplement (DFARS), and Tobyhanna Army Depot (TYAD) local clauses applicable to the award.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/99b5f63cdcb46940f5a1d1f231229c18)
 
Place of Performance
Address: ACC-APG (C4ISR)-Toby ATTN: AMSEL-TY-KO, 11 Hap Arnold Boulevard Tobyhanna PA
Zip Code: 18466-5100
 
Record
SN02522431-W 20110806/110804235559-99b5f63cdcb46940f5a1d1f231229c18 (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.