Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 18, 2011 FBO #3554
MODIFICATION

10 -- Modifications to the following synopsis/solicitation W911W6-11-D-0014.

Notice Date
8/16/2011
 
Notice Type
Modification/Amendment
 
NAICS
423860 — Transportation Equipment and Supplies (except Motor Vehicle) Merchant Wholesalers
 
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
W911W6-11-D-0014
 
Response Due
8/18/2011
 
Archive Date
10/17/2011
 
Point of Contact
Dan Shipley, 7578783766
 
E-Mail Address
ACC-RSA-AATD - (SPS)
(dan.m.shipley@us.army.mil)
 
Small Business Set-Aside
N/A
 
Description
The following clarifications have been added to the oringinal synopsis/solicitation; requirinf an amendemnet to the previous document. Army Contracting Command Attn: CCAM-RDT Bldg. 401, Lee Boulevard Fort Eustis, Va. 23604-5577 This is a combined synopsis/solicitation for firm fixed price commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This is a non-competitive action in accordance with Section 4202 of the Clinger-Cohen Act of 1996. This announcement constitutes the only solicitation. Proposals are being requested and a written solicitation will not be issued. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 05-53. The applicable NAICS code is 423860. The small business size standard is 100 employees. AATD intends to procure custom ruggedized shipping containers and modifications/repair. The intended source for these containers is Beam Distributing, Inc. located at 8510 Sanford Drive, Henrico, Virginia, 23228. Beam is the local distributor of the ruggedized containers. The contract will purchase Hardigg and Pelican cases in varying sizes and configurations. AATD intends to award a Firm-Fixed-Price Indefinite Delivery/Indefinite Quantity (IDIQ) contract with an ordering period of five (5) years. The maximum value/ceiling of the master IDIQ contract will be $650,000 and the minimum order value will be $1,700. The initial delivery order will be awarded concurrently with the master IDIQ contract and obligate the minimum value (first order: P/N 1690NF Black). The contract procures Hardigg and Pelican cases in varying sizes and configurations with custom fitted inserts with cut outs for prototype articles and unique tooling. The articles and tooling cannot be shipped to the contractor facility, or left at the contractor facility, due to aggressive Government schedules. Contractor is responsible for the accurate measurement and fitting of custom inserts with capability to turn around fittings within as little as 24 hours or less upon Government notification. Technical data regarding the items, including drawings, for custom fitting is not available for release. Beam Distributing, Inc is the only source capable of meeting the Government's requirements described above due to its location within an hour drive of AATD's facility. Delivery of these components is intended for U.S. Army Aviation Applied Technology Directorate (AATD), 401 Lee Boulevard, Fort Eustis, Va. 23604. Base contract will contain one CLIN for the containers and a second CLIN for any repairs/modifications to the containers. Prices for the Pelican and Hardigg containers shall be IAW catalog pricing (catalog number P/N 0030-000-000 JA/11 and P/N I39787 which are updated annually) and costs for optional foam inserts and/or other modifications will be itemized on a case by case basis. It is anticipated that containers will be hand delivered but there may be shipping charges under unusual circumstances. Delivery will be determined on each delivery order. 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: 52.204-10, Reporting Executive Compensation and First Tier Subcontract Awards; 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; 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: 52.203-6, Restrictions on Subcontractor Sales to the Government, Alternate I; 52.219-8, Utilization of Small Business Concerns; 52.219-9, Small Business Subcontracting Plan, Alternate II; 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; 52.222-35 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: 52.203-3 Gratuities; 252.205-7000, Provision of Information to Cooperative Agreement Holders; 252.211-7003, Item Identification and Valuation; 252.225-7001, Buy American Act and Balance of Payments Program; 252.243-7002, Requests for Equitable Adjustments; 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 intended source of supply for this acquisition is Beam Distributing, Inc. Specifications, plans, or drawings relating to this procurement are not available and cannot be furnished by the Government. Proposals are due 18 August, 2011, by 3:00 P.M. Eastern Standard Time. Beam Distributing, Inc. is the local distributor for these containers, however, interested parties may identify their interest and capability to respond to the requirement, and submit a proposal and a price list. All responsible sources that submit an offer will be considered. Proposal unit pricing should include shipping FOB destination, Fort Eustis, VA. A solicitation document is not available. Submit inquiries regarding this procurement to: Army Contracting Command (ACC), ATTN: Dan Shipley (CCAM-RDT), 401 Lee Boulevard, Fort Eustis, Va. 23604-5577. Point of contact is Dan Shipley at (757)878-3766 or dan.m.shipley@us.army.mil.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/4231541eb1c03ac3f1e6131e5cac4f6b)
 
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
SN02537144-W 20110818/110817000610-4231541eb1c03ac3f1e6131e5cac4f6b (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.