Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF OCTOBER 01, 2011 FBO #3598
SOLICITATION NOTICE

16 -- Door Lock Assemblies for UH-60 Aft Transition Access Door

Notice Date
9/29/2011
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
333999 — All Other Miscellaneous General Purpose Machinery 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-0021
 
Response Due
10/3/2011
 
Archive Date
12/2/2011
 
Point of Contact
Erika Faith Matthews, (757) 878-4825
 
E-Mail Address
ACC-RSA-AATD - (SPS)
(erika.faith.matthews@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 number is W911W6-11-T-0003 and is issued as a Request for Proposal (RFP). Under this number, the Army Contracting Command (ACC) / Aviation Applied Technology Directorate (AATD) intends to award a firm fixed price contract. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-53. The applicable North American Industry Classification Standard (NAICS) code is 333999. The small business size standard is 500 employees. AATD intends to procure one hundred (100) UH-60 aft transition access door lock assemblies. Each assembly should contain five (5) additional barrels per set keyed alike for replacement of lock barrels through each aircraft for a "one key fits all" situation. Installation of the lock assemblies is also required. Delivery/installation of the assemblies must take place at the Contractor's facility and be completed no later than November 15, 2011. The Government does not possess a complete set of specifications and technical plans to support full and open competition. 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 this system is Eagle Technologies, LLC located at 3200 Magruder Boulevard, Hampton, VA 23666. The provision at FAR 52.212-1, Instructions to Offerors Commercial Items, applies to this acquisition without addenda 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. Clauses incorporated by reference include FAR 52.212-4, Contract Terms and Conditions-Commercial Items; 52.247-34, F.O.B. Destination; 52.252-2, Clauses Incorporated by Reference; 252.232-7010, Levies of Contract Payments; and 52.246-7000, Material Inspection and Receiving Report. The following clauses cited within FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders--Commercial Items, apply: 52.203-6, Restrictions on Subcontract Sales to the Government, with Alternate I; 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards; 52.219-8, Utilization of Small Business Concerns; 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; 52.225-13, Restrictions on Certain Foreign Purchases; 52.232-33 Payment by Electronic Funds Transfer-Central Contractor Registration; 52.222-41, Service Contract Act of 1965, as Amended; 52-222-42, Statement of Equivalent Rates for Federal Hires; and 52.222-44, Fair Labor Standards Act and Service Contract Act-Price Adjustment. The following clauses cited within DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items, apply: 52.203-3, Gratuities; 252.203-7000, Requirements Relating to Compensation of Former DoD Officials; 252.225-7001 Buy American Act and Balance of Payments Program; 252.225-7012; Preference for Certain Domestic Commodities; 252.232-7003, Electronic Submission of Payment Requests; 252.243-7002, Requests for Equitable Adjustment; 252.247-7023, Transportation of Supplies by Sea, and 252.247-7024 Notification of Transportation of Supplies by Sea. 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. Eagle Technologies, LLC. is the intended source for this service; 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 October 3, 2011, 12:00 PM EDT and shall be submitted to the Aviation Applied Technology Directorate, Attn: CCAM-RDT (Erika Matthews), 401 Lee Blvd., Fort Eustis VA 23604-5577 by email (erika.faith.matthews@us.army.mil) or regular mail. Contracting Officer P.O.C. is Elizabeth A. Jackson, 757-878-2100 or elizabeth.a.jackson@us.army.mil. All inquiries regarding this procurement must be made in writing to: Aviation Applied Technology Directorate, Attn: CCAM-RDT (Erika Matthews), 401 Lee Blvd., Fort Eustis VA 23604-5577 or via email to erika.faith.matthews@us.army.mil
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/8fe0e131cac421f905c3314526a3d59e)
 
Place of Performance
Address: Eagle Technologies, LLC 3200 Magruder Boulevard Hampton VA
Zip Code: 23666
 
Record
SN02597756-W 20111001/110929235854-8fe0e131cac421f905c3314526a3d59e (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.