Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JANUARY 21, 2012 FBO #3710
SOLICITATION NOTICE

59 -- Radio Frequency Power Amplifiers

Notice Date
1/19/2012
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
335999 — All Other Miscellaneous Electrical Equipment and Component 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
W911W6-12-P-0022
 
Response Due
1/23/2012
 
Archive Date
3/23/2012
 
Point of Contact
Robert Waible, 757-878-2062
 
E-Mail Address
ACC-RSA-AATD - (SPS)
(robert.waible@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. This is a non-competitive action in accordance with Section 4202 of the Clinger-Cohen Act of 1996. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-55, dated January 3, 2012. The applicable NAICS code is 335999, All Other Miscellaneous Electrical Equipment and Component Manufacturing. The small business size standard is 500 employees. This acquisition has been designated as unrestricted. The U.S. Army Contracting Command (CCAM-RDT) intends to purchase specific Radio Frequency (RF) Power Amplifiers on a sole source basis. The intended source for these components is Ultralife Corporation located at 2000 Technology Pkwy; Newark, NY 14513-2175. Ultralife Corporation is the only known source with the unique capability to supply the stated components for military aircraft while also meeting the required performance standard. Additionally, Ultralife Corporation is the Original Equipment Manufacturer (OEM) and is the distributor. The associated design, documentation, and qualification testing required to substantiate airworthiness of any other such components precludes meeting the project schedule. Army Contracting Command (ACC) intends to award a Firm-Fixed-Price contract with a desired period of performance not to exceed 70 days after receipt of order. The order will purchase Ten (10) RF Power Amplifiers P/N: A-3575; NSN: 5996015905109. Delivery of these components is intended for U.S. Army Aviation Applied Technology Directorate (AATD), 401 Lee Boulevard, Fort Eustis, Va. 23604. Delivery is desired within 70 days of the contract date. 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: 52.212-4, 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. The following clauses cited within FAR 52.212-5 apply: 52.203-6, Restrictions on Subcontractor Sales to the Government, Alternate I; 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; and 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration. 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: 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; 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 Ultralife Corporation. Specifications, plans, or drawings relating to this procurement described are not available and cannot be furnished by the Government. Proposals are due January 24, 2012, by 3:00 P.M. Eastern Standard Time. Ultralife Corporation is the OEM and is felt provide the best value to the Government. 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: Army Contracting Command (ACC), ATTN: Robert Waible (CCAM-RDT), 401 Lee Boulevard, Fort Eustis, Va. 23604-5577. Point of contact is Robert Waible at (757)878-2062 or Robert.c.waible.civ@mail.mil or Rhonda Buckanin at (757)878-2071 or Rhonda.m.buckanin.civ@mail.mil.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/270cb6d671140536fe3e7059af966687)
 
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
SN02657139-W 20120121/120119234306-270cb6d671140536fe3e7059af966687 (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.