SOLICITATION NOTICE
16 -- Automatic Data Aquisition Test System
- Notice Date
- 5/13/2004
- Notice Type
- Solicitation Notice
- NAICS
- 334515
— Instrument Manufacturing for Measuring and Testing Electricity and Electrical Signals
- 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-C-0062
- Response Due
- 5/28/2004
- Archive Date
- 7/27/2004
- Point of Contact
- Pat Hagginbothom, 757-878-4818
- E-Mail Address
-
Email your questions to Aviation Applied Technology Directorate
(phagginbothom@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; Proposals are being requested and a written solicitation will not be issued. The contract number is W911W6-04-C-0062 and is issued as a request for proposal. This solicitation document and it??????s incorporated provisions and clauses are those in effect through Federal Acquisition Circular(s) FAC 01-22. The applicable North American Industry Classification Standard (NAICS) code is 334515. The small business size standard is 500 employees. This acquisition has been designated as unrestricted. The Gove rnment intends to acquire the following manufacturer specific parts AEDATS III/IV Components for two Air Force Systems. AEDATS III consisting of the Signal Conditioning Control Unit (SCCU), CRT display, keyboard, printer, and transducer panel and AEDATS I V virtual instrumentation packages are to be manufactured by Howell Instruments, Inc., on a sole source basis, under the authority of Section 4202 of the Clinger-Cohen Act of 1996. The parts are to be used for two Air Force systems at Kirtland AFB. The p eriod of performance is eighteen (18) months. This commercial acquisition is being undertaken pursuant to the terms of FAR Part 12 and the procedures under 13.5 regarding the test program for certain commercial items. As a result of the sole source nature of this requirement a best value solicitation will not be utilized, therefore, evaluation factors are not applicable. This acquisition will use Alpha Contracting procedures that are appropriate for sole source requirements. The government intends to award a Firm-Fixed Price contract for eighteen months with no options. Howell Instrument located in Fort Worth, Texas is the only know source that manufactures the components with the capabilities to perform the required effort. The objective of this program is to upgrade the existing Howell Instruments Automatic Engine Data Acquisition Test System (AEDATS II) to AEDATS III/IV, for ensuring FEDS engine testing capability and for Virtual Instrumentation display. This effort suppor ts the 58th Special Operations Wing, Kirtland AFB and their need for a suitable replacement to their current FEDS configuration. In addition, the contractor shall provide on-site training at Kirtland AFB for three-to-six (3-6) personnel in accordance with the approved training plan and using the training materials. The training shall cover AEDATS III/IV, test cell calibration, REDD implementation, system maintenance, and troubleshooting. The contractor shall support a Government Evaluation/Verification of the system. Inspection/acceptance and FOB Point are destination, Kirtland AFB, New Mexico. This acquisition is in response to a tasking to support the 58 th Special Operations Wing, Kirtland AFB, NM as the first USAF FEDS site requiring an AEDATS II comp uter replacement. As such, the two FEDS at Kirtland AFB will be used to verify and accept the replacement computer system as a suitable substitute in the FEDS configuration baseline. 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. The following clauses cited within FAR 52.212-5 apply: FAR 52.203-6, Restrictions on Subcontractor Sales to the Government, Alternate I; 52.222-3, Convict Labor; 52.222-19 Child Labor-Cooperation with Auth orit ies 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 Worke rs with Disabilities; 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans; 52.225-13, Restrictions on Certain Foreign Purchases, 52.232-33 Payment by Electronic Funds Transfer-Central Contrac tor Registration, and FAR clause 52.252.2 Clauses Incorporated by Reference. 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: 252.225-7001 Buy American Act and Balance of Payments Program, 252.225-7012, Preference for Certain Domestic Commodities; 252.232-7003, Electronic Submission of Payment Re quests; 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 Howell Instruments, Inc. A solicitation document is not available. Any interested/qualified source that believe they can provide the required components must submit a proposal no later than 2:00 PM, Eastern Daylight Time, 20 May 2004. Submit inquiries/proposals regarding this pr ocurement to: Aviation Applied Technology Directorate, ATTN: Mrs. Pat Hagginbothom (AMSRD-AMR-AA-C), 401 Lee Blvd, Fort Eustis, Virginia 23604-5577. Point of Contact is: Pat Hagginbothom, Contract Specialist, at (757) 878-4818 phagginbothom@aatd.eustis .army.mil. See Note 22
- Place of Performance
- Address: 58 th Special Operations Wing 3550 Cell Drive Kirtland AFB NM
- Zip Code: 87117
- Country: US
- Record
- SN00585521-W 20040515/040513212252 (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 |