Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 25, 2011 FBO #3592
SOLICITATION NOTICE

J -- REPAIR - ATTACHMENTS

Notice Date
9/23/2011
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334511 — Search, Detection, Navigation, Guidance, Aeronautical, and Nautical System and Instrument Manufacturing
 
Contracting Office
Department of the Air Force, Air Force Materiel Command, WR-ALC, WR-ALC/PK Acquisition Opportunities, 235 Byron St,, Warner Robins, Georgia, 31098-1611, United States
 
ZIP Code
31098-1611
 
Solicitation Number
FA8552-11-R-32852
 
Archive Date
1/23/2012
 
Point of Contact
Glacia A Holbert, Phone: 478-926-0339, William J Grun, Phone: 478-926-4430
 
E-Mail Address
glacia.holbert@robins.af.mil, william.grun@robins.af.mil
(glacia.holbert@robins.af.mil, william.grun@robins.af.mil)
 
Small Business Set-Aside
N/A
 
Description
APPENDIX C iNSTRUCTIONS 2875 CAVAF CDRL A002 CDRL A001 QASP AFMC Form 1653 AFMC Form 158 AFMC Form 158 Instructions PWS Form 2875 Wage Determination This is a combined synopsis/solicitation for commercial items prepared in accordance with (IAW) the format in Subpart 12.6 as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are not being required and a written solicitation will not be issued. The scope of work is to obtain the repair of an avionics line replaceable unit (LRU) applicable to the TH-1H helicopter. The repair contract will require the contractor to restore the unserviceable assets to serviceable condition using the contractor developed repair and acceptance test procedure. This solicitation incorporates provisions and clauses that are in effect through Federal Acquisition Circular (FAC) 2005-35 dated 14 July 2009. NAICS Code: 34451. Justification for Only One Responsible Source and No Other Supplies or Services Will Satisfy Agency Requirement. Due to the circumstances described herein, the activity requests authority to acquire the repair listed in this document using Other Than Full and Open Competition as prescribed by FAR 6.302-1, Only One Responsible Source and No Other Supplies or Services Will Satisfy Agency Requirements. This action will result in the award of a new contract, which will be a firm-fixed price, Requirements contract with a basic year plus four (4) one-year options. This sole source requirement will be purchased from the following company: FreeFlight Systems. 3700 Interstate 35 S Waco, TX 76706-3756 CAGE: 1WAN0 Small Business F3QL071214B001 NAICS: 334511 Basic Period (2011-2012) : This acquisition is to obtain a firm fixed price requirements type contract with four option periods for the repair of the 2101 I/O Approach Plus Global Positioning System (GPS), NSN5826-01-571-5476HL with Part number’s 81440-42-241M and 81440-42-241N in support of the TH-1H helicopter. The repair will require the contractors to restore the unserviceable assets to serviceable condition using contractor developed repair and acceptance test procedures. The TH-1H is a Bell UH-1H helicopter with an integrated upgrade kit. The cockpit and mission equipment upgrades include a change from analog to digital cockpit, the addition of crashworthy seats, and total rewiring. The repair will require the contractor to restore the unserviceable assets to serviceable condition using the contractor developed repair and acceptance test procedures. Basic Year NSN BEQ 5826-01-571-5476HL 9 Option I Periods (2012-2013): Same requirements as Basic Year Option II Period (2013-2014): NSNBEQ 5821-01-474-2547HL12 Option III Period (2014-2015): NSNBEQ 5821-01-474-2547HL12 Option IV Period (2015-2016): NSNBEQ 5821-01-474-2547HL12 The following clauses are applicable to subject solicitation: 52.212-5 CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS--COMMERCIAL ITEMS (AUG 2011) (IAW FAR 12.301(b)(4)) (a) The Contractor shall comply with the following Federal Acquisition Regulation (FAR) clauses, which are incorporated in this contract by reference, to implement provisions of law or Executive orders applicable to acquisitions of commercial items: (1) 52.222-50, Combating Trafficking in Persons (Feb 2009) (22 U.S.C. 7104(g)). __ __ Alternate I (Aug 2007) of 52.222-50 (22 U.S.C. 7104(g)). (2) 52.233-3, Protest After Award (Aug 1996)(31 U.S.C 3553). (3) 52.233-4, Applicable Law for Breach of Contract Claim (Oct 2004)(Pub. L. 108-77, 108-78). (b) The Contractor shall comply with the FAR clauses in this paragraph (b) that the Contracting Officer has indicated as being incorporated in this contract by reference to implement provisions of law or Executive orders applicable to 252.203-7002 REQUIREMENT TO INFORM EMPLOYEES OF WHISTLEBLOWER RIGHTS (JAN 2009) (IAW DFARS 203.970) (Applicable to all solicitations and contracts) 252.204-7002 PAYMENT FOR SUBLINE ITEMS NOT SEPARATELY PRICED (DEC 1991) (IAW DFARS 204.7104-1(b)(3)(iv)) (Applicable to all not separately priced subline items) 252.204-7008 EXPORT-CONTROLLED ITEMS (APR 2010) (IAW DFARS 204.7304) (Applicable to all solicitations and contracts) 52.211-8 TIME OF DELIVERY (JUN 1997) (IAW FAR 11.404(a)(2)) DELIVERY FOR EACH ITEM IS ANNOTATED IN THE SCHEDULE (PART I SECTION B) UNDER EACH LINE ITEM. (Applicable when the Government desires delivery by a certain time but requires delivery by a specified later time, and the delivery schedule is to be based on the date of the contract) 52.211-8 TIME OF DELIVERY -- ALTERNATE I (APR 1984) (IAW FAR 11.404(a)(2)) (b) the Government will make award by. (Applicable when the delivery schedule is expressed in terms of specific calendar dates or specific periods and is based on an assumed date of award) 52.216-18 ORDERING (OCT 1995) (IAW FAR 16.506(a)) (a) Such orders may be issued from TBD IAW BASIC CONTRACT. 52.216-19 ORDER LIMITATIONS (OCT 1995) (IAW FAR 16.506(b)) (a) Minimum order. When the Government requires supplies or services covered by this contract in an amount of less than quantity of, the Government is not obligated to purchase, nor is the Contractor obligated to furnish, those supplies or services under the contract. (b) Maximum order. The Contractor is not obligated to honor-- (1) Any order for a single item in excess of quantity of 12; (2) Any order for a combination of items in excess of IAW CONTRACT; or (3) A series of orders from the same ordering office within 3 days that together call for quantities exceeding the limitation in subparagraph (b)(1) or (2) of this section. (c) If this is a requirements contract (i.e., includes the Requirements clause at subsection 52.216-21 of the Federal Acquisition Regulation (FAR)), the Government is not required to order a part of any one requirement from the Contractor if that requirement exceeds the maximum-order limitations in paragraph (b) of this section. (d) Notwithstanding paragraphs (b) and (c) of this section, the Contractor shall honor any order exceeding the maximum order limitations in paragraph (b), unless that order (or orders) is returned to the ordering office within 3 days after issuance, with written notice stating the Contractor's intent not to ship the item (or items) called for and the reasons. Upon receiving this notice, the Government may acquire the supplies or services from another source. (Applicable to all orders issued hereunder) 52.216-21 REQUIREMENTS (OCT 1995) (IAW FAR 16.506(d)(1)) (f) the Contractor shall not be required to make any deliveries under this contract after 12 Month ARO unless Options are exercised (Applicable to all orders issued hereunder) 252.216-7006 ORDERING (MAY 2011) (IAW DFARS 216.506(a)) (a) Any supplies and services to be furnished under this contract shall be ordered by issuance of delivery orders or task orders by the individuals or activities designated in the contract schedule. Such orders may be issued from TBD IAW BASIC CONTRACT. (Applicable to solicitations and contracts when a definite-quantity contract, a requirements contract, or an indefinite-quantity contract is contemplated) THE FOLLOWING IS FILL-IN DATA FOR CLAUSE 52.212-5 PARA (b)(19): 52.219-28 POST-AWARD SMALL BUSINESS PROGRAM REREPRESENTATION (APR 2009) (g) If the Contractor does not have representations and certifications in ORCA, or does not have a representation in ORCA for the NAICS code applicable to this contract, the Contractor is required to complete the following rerepresentation and submit it to the contracting office, along with the contract number and the date on which the rerepresentation was completed: The Contractor represents that it [ ] is, [ ] is not a small business concern under NAICS Code _____________ assigned to contract number ______________________________. [Contractor to sign and date and insert authorized signer's name and title]. 52.222-1 NOTICE TO THE GOVERNMENT OF LABOR DISPUTES (FEB 1997) (IAW FAR 22.103-5(a), AFFARS 5322.101-1) (IAW FAR 22.101-1(e), Applicable when the head of the contracting activity designates programs or requirements for which it is necessary that contractors be required to notify the Government of actual or potential labor disputes that are delaying or threaten to delay the timely contract performance (see 22.103-5(a)). See solicitation for additional clauses
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/WRALC/FA8552-11-R-32852/listing.html)
 
Place of Performance
Address: 3700 Interstate 35 S, Waco, Texas, 76706, United States
Zip Code: 76706
 
Record
SN02590321-W 20110925/110923235740-e7a403d5aa0a3ec4d08fd4db2952538d (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.