Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 11, 2011 FBO #3578
SOLICITATION NOTICE

16 -- Instrumentation and calibration support for T700-GE-701D engine

Notice Date
9/9/2011
 
Notice Type
Combined Synopsis/Solicitation
 
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-R-0057
 
Response Due
9/16/2011
 
Archive Date
11/15/2011
 
Point of Contact
Genie S. Williams, 7578784078
 
E-Mail Address
ACC-RSA-AATD - (SPS)
(genie.s.williams@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: Combined Synopsis/Solicitation Solicitation Number: W911W6-11-R-0057 Posted Date: Sep 09, 2011 Classification Code: 16 - Aircraft Components and Accessories Set Aside: None NAICS CODE: 336412 - Aircraft Engine and 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 commercial items prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice. This is a non-competitive action in accordance with Section 4202 of the Clinger-Cohen Act of 1996. This announcement constitutes the only solicitation. Proposals are being requested and a written solicitation will not be issued. Additionally, the acquisition is being procured in accordance with 10 U.S.C. 2304 (c)(1) and FAR 6.302-1; only one responsible source and no other supplies or services will satisfy agency requirements. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 05-53. The applicable NAICS code is 336412. The small business size standard in number of employees is 1,000. The U.S. Army Contracting Command (CCAM-RDT) has a requirement for instrumentation and calibration support for T700-GE-701D engine (Government Furnished Property). Install eight (8) static pressure transducers in engine station 5 of the GFP engine for the purpose of measuring engine exhaust backpressure. Also, install six (6) power turbine casing thermocouples in the GFP engine. The installation shall be accomplished IAW the OEM of the GFP engine and/or 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 include associated wiring for interfacing with the engines test cell at the Countermeasures Test Facility (CTF) at AATD, Fort Eustis, VA. The Contractor is expected to execute engine test cell calibration runs at the Contractor facility to document the engine performance of the T700-GE-701D and verify the installation of the instrumentation IAW the OEM of the GFP engine and/or 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. The intended source for this effort is General Electric Company, located at 1000 Western Ave., Lynn, MA 01905-2655. Due to the fact that General Electric is the Original Equipment Manufacturer, they are the only known source with the unique capabilities and experience to instrument, test and characterize the performance of the engine, while also providing diagnostic, maintenance and repair services on the engine. This procurement will be solicited, evaluated, and awarded using FAR Part 12 - Acquisition of Commercial Services procedures. ACC intends to award a firm fixed price contract with a delivery date of 60 days ARO. The estimated value of the award is $60,000.00. Delivery of this service is intended for U.S. Army Aviation Applied Technology Directorate (AATD), 401 Lee Boulevard, Fort Eustis, Va. 23604. Inspection/Acceptance and FOB Point are destination, AATD, Fort Eustis, Va.. The provision at 52.212-1, Instructions to Offerors Commercial Items, applies to this acquisition without addenda. Offerors shall include a completed copy of the provision at 52.212-3 Offeror Representations and Certifications Commercial items, Alternate I with its offer. The following FAR Clauses are applicable to this acquisition: 52.204-10, Reporting Executive Compensation and First Tier Subcontract Awards; 52.212-4, Contract Terms and Conditions-Commercial Items applies to this acquisition without addenda; 52.212-5, Contract Terms and Conditions Required to Implement Status or Executive Orders-Commercial Items; 52.216-18 Ordering; 52.216-19 Order Limitations; and 52.216-22 Indefinite Quantity. The following clauses cited within FAR 52.212-5 apply: 52.203-6, Restrictions on Subcontractor Sales to the Government, Alternate I; 52.219-8, Utilization of Small Business Concerns; 52.219-9, Small Business Subcontracting Plan, Alternate II; 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; Equal Opportunity; 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; 52.222-50, Combating Trafficking in Persons; 52.225-13, Restriction on Certain Foreign Purchases; 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration; and 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Items. The clause at DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items applies to this acquisition. The following clauses cited within 252.212-7001 apply: 52.203-3 Gratuities; 252.205-7000, Provision of Information to Cooperative Agreement Holders; 252.219-7003 Small, Disadvantaged and Woman-Owned Small Business Subcontracting Plan; 252.225-7001, Buy American Act and Balance of Payments Program; 252.243-7002, Requests for Equitable Adjustments; 252.232-7003, Electronic Submission of Payment Requests; 252.247-7023, Transportation of Supplies by Sea; and 252.247-7024, Notification of Transportation of Supplies by Sea. The clause at 252.211-7003, Item Identification and Valuation also applies. As previously noted, the intended source of supply for this acquisition is General Electric Company. Specifications, plans, or drawings relating to this procurement described are not available and cannot be furnished by the Government. Proposals are due Sep 16, 2011, by 3:00 P.M., E.S.T.. General Electric Company is the only known source, however, interested parties 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. A solicitation document is not available. Submit inquiries regarding this procurement to the Aviation Applied Technology Directorate 401 Lee Boulevard, Fort Eustis, VA. 23604-5577. Points of contact are Genie Williams, (757)878-4078 or via e-mail genie.s.williams@us.army.mil or Rhonda Buckanin, (757)878-2071 or via e-mail rhonda.buckanin@us.army.mil.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/a90b1d6e7c9de39c60fca0e97da76b69)
 
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
SN02570268-W 20110911/110910000720-a90b1d6e7c9de39c60fca0e97da76b69 (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.