SOLICITATION NOTICE
59 -- SUPPLY: MILSTAR SUSTAINMENT KIT
- Notice Date
- 8/26/2010
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 336413
— Other Aircraft Parts and Auxiliary Equipment Manufacturing
- Contracting Office
- Tobyhanna Depot Contracting Office (CECOM-CC), ATTN: AMSEL-TY-KO, 11 Hap Arnold Boulevard, Tobyhanna, PA 18466-5100
- ZIP Code
- 18466-5100
- Solicitation Number
- W25G1V-10-R-0044
- Response Due
- 9/7/2010
- Archive Date
- 11/6/2010
- Point of Contact
- Michael Allardyce, 570-615-9712
- E-Mail Address
-
Tobyhanna Depot Contracting Office (CECOM-CC)
(michael.s.allardyce@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 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 document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC 2005-38. NAICS code is 336413, criteria of 1000 Employees. Request for Proposal (RFP) number W25G1V-10-R-0044 applies. Simplified acquisition procedures at FAR Part 13.5 are being used. Tobyhanna Army Depot intends to negotiae on a sole source basis with Raytheon 1650 Industrial BLVD, Chula Vista, CA 91911-3922 for Milstar Kits. Any resultant contract shall be Firm, Fixed-Price, one award. Tobyhanna Army Depot (TYAD), Tobyhanna PA, has a requirement to procure a Delivery is FOB Destination, Tobyhanna Army Depot. Raytheon Inc is the only known source capable for providing this item. There is not competitive data package avalible for this item. Any firms believeing they can provide the required should contact the contract specialist identified. PROPOSAL SUBMISSION. The pricing shall be filled out as follows: CLIN 0001: $_____________ One (1) EA Milstar Sustainment kit Raytheon P/N CHV-01160-10 to include shipping and delivery. Delivery required thirty days from recipt of award. PROPOSAL REQUIREMENTS: Pricing must be provided for all CLINs. Offerors must address delivery requirements. To receive an award, the company must be registered in the Central Contractor Registration (CCR) https://www.bpn.gov/. Parties interested in responding to RFP shall complete a Standard Form (SF) 1449 (available at http://www.forms.gov), blocks 5, 12, 17a, 17b (as appropriate), 19 thru 24, 30a, b, and c. The offer must be signed by a company official authorized to contractually bind the company. Proposals shall include the completed full text provision FAR 52.209-5, Certification Regarding Responsibility Matters, FAR 52.212-3 ALT I (Offeror Representations and Certifications Commercial Services), completely filled out, as well as DFARS 252.212-7000, Offeror Representations and CertificationsCommercial Items. Full text clauses (FAR and DFARS) may be found at http://farsite.hill.af.mil/; or http://www.arnet.gov. Supporting documentation must be submitted in order for your offer to be considered. See Technical/Past Performance paragraph above regarding submission of technical documentation and examples of past performance. It is recommended the completed SF1449 be faxed (570/615-7525) or a signed, scanned SF1449 can be sent electronically to michael.s.allardyce@us.army.mil. Offeror must hold prices firm for 60 calendar days from the date specified for receipt of offers which is 4:00 P.M. LOCAL 07 September 2010. Offers or modifications to offers received at the address specified for the receipt of offers after the exact time specified may not be considered. The offeror will be required in award to comply with TYAD local clauses for payment under 52.000-4956, Wide Area Workflow System, which will be included in any resultant contract. TYAD Local Clauses are included at ATTACHMENT 1 of this combined synopsis/solicitation. Any amendments issued to this solicitation will be synopsized in the same manner as this solicitation. APPLICABLE FAR CLAUSES: 52.203-11 Certification and Disclosure Regarding Payments to influence Certain Federal Transaction; 52.209-6 Protecting The Governments Interest when Subcontracting With Contractors Debarred, Suspended, or Proposed for Debarment; 52.212-1 Instructions to Offerors Commercial Items, With Addendum; 52.212-2 EVALUATION COMMERCIAL ITEMS fill in (a) The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: Technical evaluation will be pass/fail based on review of information submitted by offeror. 52.212-4 Contract terms and Conditions Commercial Items; 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Items, which includes the following: (X) (b) 52.203-6, Restrictions on Subcontractor Sales to the Government with Alternate 1; 52.219-4, Notice of Price Evaluation Preference for HUBZone Small Business Concerns; 52.219.8, Utilization of Small Business Concerns; 52.222-3, Convict Labor; 52.222-19, Child LaborCooperation 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; 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; 52.232-33, Payment by Electronic Funds Transfer Central Contractor Registration; 52.223-15, Energy Efficiency in Energy Consuming Products. 52.215-5 Facsimile Proposals (FAX Number: 570/615-7525); 52.219-9 Small Business Subcontracting Plan; 52.223-3 Hazardous Material Identification and Material Safety Data; 52.223-5 Pollution Prevention and Right-to-Know Information; 52.223-11 Ozone-Depleting Substances; 52.225-13 Restrictions on Certain Foreign Purchases; 52.227-1 Authorization and Consent; 52.227-2 Notice and Assistance regarding Patent and Copyright Infringement; 52.229-4 Federal State and Local Taxes; 52.233-3 Protest After Award; 52.242-13 Bankruptcy; 52.243-1 ChangesFixed Price; 52.246-2 Inspection of Supplies; 52.246-4 Inspection of Services; 52.247-34 F.O.B. Destination; 52.252-1 Solicitation Provisions Incorporated Reference; 52.252-2 Clauses Incorporated by Reference APPLICABLE DFARS CLAUSES: 252.201-7000 Contracting Officers Representative; 252.204-7004 Alt A Central Contractor Registration; 252.204-7006 Billing Instructions; 252.211-7003 Item Identification and Valuation 252.211-7007 Item Unique Identification of Government Property 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items, (X) 52.203-3 Gratuities; 252.205-7000, Provision of Information to Cooperative Agreement Holders; 252.225-7012 Preference for Certain Domestic Commodities; 252.225-7021 Technical DataCommercial Items; 252.227-7037 Validation of Restrictive Markings on Technical Data; 252.232-7003 Electronic Submission of Payment Request and Receiving Reports; 252.243-7002 Requests for Equitable Adjustment; 252.247-7023 Transportation of Supplies by Sea; 252.247-7024 Notification of Transportation of Supplies by Sea. 252.219-7003 Small, SDB, and Women-Owned Small Business Subcontracting Plan (DoD Contracts); 252.225-7002 Qualifying Country Sources as Subcontractors; 252.225-7000 Buy American Act; 252.232-7010 Levies on Contract Payments; 252.243-7001 Pricing of Contract Modifications; 252.246-7000 Material and Receiving Reports
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/e28ee13a529d5eb4cfc4bab59e29ae8b)
- Place of Performance
- Address: Tobyhanna Depot Contracting Office (CECOM-CC) ATTN: AMSEL-TY-KO, 11 Hap Arnold Boulevard Tobyhanna PA
- Zip Code: 18466-5100
- Zip Code: 18466-5100
- Record
- SN02256312-W 20100828/100827000056-e28ee13a529d5eb4cfc4bab59e29ae8b (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 |