SOLICITATION NOTICE
16 -- Electronic connectors in support of the Voice Altitude Warning System kits.
- Notice Date
- 1/25/2011
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 334511
— Search, Detection, Navigation, Guidance, Aeronautical, and Nautical System and Instrument Manufacturing
- Contracting Office
- Aviation Applied Technology Directorate (AMCOM-CC), ATTN: AMSRD-AMR-AA-C, Building 401, Lee Boulevard, Fort Eustis, VA 23604-5577
- ZIP Code
- 23604-5577
- Solicitation Number
- W911W6-11-T-0006
- Response Due
- 1/27/2011
- Archive Date
- 3/28/2011
- Point of Contact
- Robert Waible, 757-878-2062
- E-Mail Address
-
Aviation Applied Technology Directorate (AMCOM-CC)
(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 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 solicitation number is W911W6-11-T-0006 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 05-47. The applicable North American Industry Classification Standard (NAICS) code is 334511. The small business size standard is 750 employees. AATD intends to purchase three hundred twenty (320) Electronic Connectors, P/N: MRAC42S21JTDH; and three hundred twenty (320) Electronic Connectors, P/N: MRAC42P21JTDH in support of the Voice Altitude Warning System kits. 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 these items is CDM Electronics, located at 130 American Blvd, Turnersville, NJ 08012. Delivery of connectors shall be best delivery; however shall not be delivered beyond four (4) months After Receipt of Order (ARO). Delivery, Inspection, Acceptance and FOB Point are destination, AATD, Ft. Eustis, Virginia. The provision at FAR 52.212-1, Instructions to Offerors Commercial Items, applies to this acquisition 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 52.204-7, Central Contractor Registration; 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards; 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders--Commercial Items, apply: 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; 52.223-18, Contractor Policy to Ban Text Messaging While Driving; 52.225-13, Restrictions on Certain Foreign Purchases; and 52.232-33 Payment by Electronic Funds Transfer-Central Contractor Registration. The following clauses cited within DFARS 252.203-7002, Requirement to Inform Employees of Whistleblower Rights; 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items, apply: 252.203-7000, Requirements Relating to Compensation of Former DoD Officials, 252.225-7001 Buy American Act and Balance of Payments Program; 252.232-7003, Electronic Submission of Payment Requests; 252.246-7000, Material Inspection and Receiving Report; 252.247-7023, Transportation of Supplies by Sea Alternate III, 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. Specifications, plans or drawings relating to this procurement are not available and cannot be furnished by the Government. CDM Electronics is the intended source of these items; 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 January 27, 2011 by 5:00 PM EST. Please submit all proposals to the Aviation Applied Technology Directorate, Attn: Dan Shipley, 401 Lee Blvd., Fort Eustis VA 23604-5577. Dan Shipley can be reached by phone at 757-878-3766 or via email at dan.m.shipley@us.army.mil. Contracting Officer is Linda Diedrich, who can be reached at 757-878-4828 or via e-mail at linda.diedrich@us.army.mil. Place of Performance: Address: Aviation Applied Technology Directorate ATTN: CCAM-RDT, Building 401 Lee Boulevard, Fort Eustis, Virginia, 23604-5577
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/3d4265fbdf213de2827e23725a6c383c)
- Place of Performance
- Address: Aviation Applied Technology Directorate (AMCOM-CC) ATTN: CCAM-RDT, Building 401, Lee Boulevard Fort Eustis VA
- Zip Code: 23604-5577
- Zip Code: 23604-5577
- Record
- SN02366602-W 20110127/110125234859-3d4265fbdf213de2827e23725a6c383c (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 |