SOLICITATION NOTICE
16 -- Instrument Flight Rules (IFR) under Instrument Meteorological Conditions (IMC) Component Kit
- Notice Date
- 3/25/2004
- Notice Type
- Solicitation Notice
- NAICS
- 334220
— Radio and Television Broadcasting and Wireless Communications Equipment Manufacturing
- Contracting Office
- Aviation Applied Technology Directorate, ATTN: AMSRD-AMR-AA-C, Building 401, Lee Boulevard, Fort Eustis, VA 23604-5577
- ZIP Code
- 23604-5577
- Solicitation Number
- W911W6-04-R-0007-2
- Response Due
- 4/8/2004
- Archive Date
- 6/7/2004
- Point of Contact
- Elizabeth A. Jackson, (757) 878-2100
- E-Mail Address
-
Email your questions to Aviation Applied Technology Directorate
(ejackson@aatd.eustis.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 FAR Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; propo sals are being requested and a written solicitation will not be issued. The solicitation number is W911W6-04-R-0007 and is issued as a request for a proposal. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular(s) 01-19 and 01-20. The applicable North American Industry Classification Standard (NAICS) code is 334220. The small business size standard is 1000 employees. This acquisition has been designated as unrestricted. The Government intends to acquire the following components on a sole source basis under the authority of Section 4202 of the Clinger-Cohen Act of 1996 in order to integrate Instrument Flight Rules (IFR) under Instrument Meteorological Conditions (IMC) comp onent kits to be installed on the Army Apache Helicopter A and D models. These components are for an approved flight-worthy kit to bring Apache aircraft to current European IFR requirements and will qualify the AH-64A/D for flight in IMC under US and Euro pean IFR requirements. The intended source for these components is DAC International, Inc., located at 6702 McNeil Drive, Austin, Texas. Desired delivery is 1 May 2004. DAC International, Inc., (DAC), is the only known source with unique capabilities to supply the stated IFR kit components approved / qualified for installation on Apache AH-64A/D military aircraft with the required performance. The associated design documentation and qualification testing required to substantiate airworthiness of any oth er such components precludes meeting the project schedule. The Government intends to award a Firm-Fixed-Price, Indefinite Delivery/Indefinite Quantity (IDIQ) contract for three-years with no options. The estimated value/ceiling price of the IDIQ contract is $4,000,000. The minimum order amount is $10,000. The master IDIQ contract will be for the following components with maximum quantitie: 411 Course Deviation Indicator Sandel 90142. The initial Task Order to be issued concurrently with the master IDIQ contract and will be for a minimum quantity of 40 Course Deviation Indicator Sandel 90142. Delivery of the component is intended for Aviation Applied Technology Directorate, Fort Eustis, Virginia. Inspection/acceptance and FOB Point are destination, Fort Eustis, Virginia. This acquisition is in response to a tasking to support the Government in its effort to equip AH-64A/D helicopters for flight in IMC and under IFR in Europe. The provision at FAR 52.212-1, Instructions to Offerors Commercial Items, applies to this acquisition without addenda. Offerors shall include a completed copy of the provision at FAR 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 Implemen t Statutes 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: FAR 52.203-6, Restrictions on Subcontractor Sales to the Government, Alternate I; 52.219-8, Utilization of Small Business Concerns; 52.222-3, Convict Labor; 52.222-19 Child Labor-Cooperation with Auth orities and Remedies; 52.222-21, Prohibition of Segregated Facilities, 52.222-26, Equal Opportunity, 52.222-35, Equal Opportunity for Special Disabled Veterans and Veterans of the Vietnam Era and Other Eligible Veterans; 52.222-36, Affirmative Action for W orkers with Disabilities; 52.222-37, Employment Reports on Special Disabled Veterans, Veterans o f the Vietnam Era, and Other Eligible Veterans; 52.225-13, Restrictions on Certain Foreign Purchases; 52.232-33 Payment by Electronic Funds Transfer-Central Contractor Registration and FAR clause 52.212-5 Contract Terms and Conditions Required To Implement Statutes or Executive Orders--Commercial Items (Jan 2004) (Deviation). 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 DFARS 252.212-7001 apply: 252.205-7000, Provision of Information to Cooperative Agreement Holders; 252.225-7012, Preference for Certain Domestic Commodities; 252.225-7014, Preference for Domestic Speci alty Metals; 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. As previously noted the intended source of supply is DAC International, Inc. Specifications, plans or drawings relating to this procurement described are not available and cannot be furnished by the Government. Proposals are due on 8 April 2004, 2:00 p.m. local time. DAC is the only known source; however, interested persons may identify their interest and capability to respond to the requirement and submit a proposal. All responsible sources may submit an offer and will be considered. Alpha contracting methods with D AC will be utilized. A solicitation document is not available. Submit inquiries/proposals regarding this procurement to: Aviation Applied Technology Directorate, ATTN: Mrs. Beth Jackson (AMSRD-AMR-AA-C), 401 Lee Blvd, Fort Eustis, Virginia 23604-5577. Point of Contact is: Beth Jackson at (757) 878-2100 ejackson@aatd.eustis.army.mil.
- Place of Performance
- Address: Aviation Applied Technology Directorate ATTN: AMSRD-AMR-AA-C, Building 401, Lee Boulevard Fort Eustis VA
- Zip Code: 23604-5577
- Country: US
- Zip Code: 23604-5577
- Record
- SN00554234-W 20040327/040325212319 (fbodaily.com)
- Source
-
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |