SOLICITATION NOTICE
61 -- INTENT TO SOLE SOURCE - Starter-Generator System for Aviation Application
- Notice Date
- 8/11/2022 5:29:04 AM
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 335312
— Motor and Generator Manufacturing
- Contracting Office
- W6QK ACC-APG ADELPHI ADELPHI MD 20783-1197 USA
- ZIP Code
- 20783-1197
- Solicitation Number
- W911QX22Q0117
- Response Due
- 8/18/2022 12:30:00 PM
- Archive Date
- 09/02/2022
- Point of Contact
- Zachary Dowling, Phone: 3013943374, William Nuamah, Phone: 3013940755
- E-Mail Address
-
zachary.a.dowling2.ctr@mail.mil, william.nuamah.civ@army.mil
(zachary.a.dowling2.ctr@mail.mil, william.nuamah.civ@army.mil)
- Description
- ��������������������� (i)� 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. INTENT TO SOLICIT ONLY ONE SOURCE The proposed contract action is for supplies or services for which the Government is soliciting and negotiating with only one source under the authority of FAR 6.302. The name of the company the Government intends to award a contract to is ThinGap, Inc. 4035 Via Pescador Camarillo, California (CAGE Code: 71E99). This notice of intent is not a request for competitive proposals.� However, the Government will consider all proposals received prior to the closing date and time of this solicitation. ������������������� (ii)� The solicitation number is W911QX22Q0117. This acquisition is issued as an request for quotation (RFQ) ������������������� (iii)� The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2022-06 effective 26 May 2022. ������������������� (iv)� The associated NAICS code is 335312. The small business size standard is 1,250 Employees. ������������������� (v)�� The following is a list of contract line item number(s) and items, quantities and units of measure, (including option(s), if applicable):� CLIN 0001: Two (2) TGD 127-98 Starter Generator housed with encoder shipped to APG FOB Destination CLIN 0002: Two (2) DC120A300VCS DRACO 120A, CAN/ chassis cooled, -40 TO +71, 300V shipped to APG FOB Destination CLIN 0003: Two (2) DC-DC converter prototype shipped to APG FOB Destination CLIN 0004: Shipping cost CLIN 0005: Starter Generator technical supports CLIN 0006: Inverter/controller and DC-DC converter technical supports�� ������������������� (vi) �Description of requirements: *Please reference document titled (Salient Characteristics � Redacted)* ������������������� (vii) Delivery is required by 36 weeks after contract award (ACA). Delivery shall be made to Logistics Warehouse, Building 321, 6375 Johnson Road, Aberdeen Proving Ground, MD 21005. Acceptance shall be performed at Logistics Warehouse, Building 321, 6375 Johnson Road, Aberdeen Proving Ground, MD 21005. The FOB point is Destination. ������������������� (viii) The provision at 52.212-1, Instructions to Offerors � Commercial, applies to this acquisition.� The following addenda have been attached to this provision: N/A ������������������� (ix)� The provision at FAR 52.212-2, Evaluation - Commercial Items is applicable to this acquisition.� The specific evaluation criteria to be included in paragraph (a) of that provision are as follows:� N/A ������������������� (x)� Offerors shall include a completed copy of the provision at FAR 52.212-3 (with its Alternate I), Offeror Representations with its offer. N/A ������������������� (xi)� The clause at 52.212-4, Contract Terms and Conditions - Commercial Items, applies to this acquisition. The following addenda have been attached to this clause N/A ������������������� (xii)� The clause at 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items and the selected clauses listed in DFARS 212.301 Solicitation provisions and Contract Clauses for the Acquisition of Commercial Items, applies to this acquisition.� The following additional FAR/DFARS clauses cited in this clause are applicable: FAR: 52.203-3, GRATUITIES (APR 1984) 52.203-6, RESTRICTIONS ON SUBCONTRACTOR SALES TO THE GOVERNMENT (JUN 2020) 52.203-6 Alt I, RESTRICTIONS ON SUBCONTRACTOR SALES TO THE GOVERNMENT (JUN 2020) 52.204-10, REPORTING EXECUTIVE COMPENSATION AND FIRST-TIER SUBCONTRACT AWARDS (OCT 2018) 52.204-25, PROHIBITION ON CONTRACTING FOR CERTAIN TELECOMMUNICATIONS AND VIDEO SURVEILLANCE SERVICES OR EQUIPMENT (NOV 2021) 52.204-26, 52.209-6, PROTECTING THE GOVERNMENT� INTEREST WHEN SUBCONTRACTING WITH CONTRACTORS DEBARRED, SUSPENDED, OR PROPOSED FOR DEBARMENT (NOV 2021) 52.219-8, UTILIZATION OF SMALL BUSINESS CONCERNS (OCT 2018) 52.219-28, POST-AWARD SMALL BUSINESS PROGRAM REREPRESENTATION (SEP 2021) 52.222-3, CONVICT LABOR (JUN 2003) 52.222-19, CHILD LABOR--COOPERATION WITH AUTHORITIES AND REMEDIES (JAN 2022) (DEVIATION 2020-O0019) 52.222-21, PROHIBITION OF SEGREGATED FACILITIES (APR 2015) 52.222-26, EQUAL OPPORTUNITY (SEP 2016) 52.222-35, EQUAL OPPORTUNITY FOR VETERANS (OCT 2015) 52.222-36, AFFIRMATIVE ACTION FOR WORKERS WITH DISABILITIES (JUL 2014) 52.222-37, EMPLOYMENT REPORTS ON SPECIAL DISABLED VETERANS, VETERANS OF THE VIETNAM ERA, AND OTHER ELIGIBLE VETERANS (FEB 2016) 52.222-40, NOTIFICATION OF EMPLOYEE RIGHTS UNDER THE NATIONAL LABOR RELATIONS ACT (DEC 2010) 52.222-50, COMBATING TRAFFICKING IN PERSONS (NOV 2021) 52.222-54, EMPLOYMENT ELIGIBILITY VERIFICATION (NOV 2021) 52.223-18, ENCOURAGING CONTRACTOR POLICIES TO BAN TEXT MESSAGING WHILE DRIVING (AUG 2011) 52.225-13, RESTRICTIONS ON CERTAIN FOREIGN PURCHASES (JUN 2008) 52.232-33, PAYMENT BY ELECTRONIC FUNDS TRANSFER�CENTRAL CONTRACTOR REGISTRATION (OCT 2018) DFARS: 252.203-7005, REPRESENTATION RELATING TO COMPENSATION OF FORMER DOD OFFICIALS (NOV 2011) 252.204-7015, DISCLOSURE OF INFORMATION TO LITIGATION SUPPORT CONTRACTORS (MAY 2016) 252.204-7016, COVERED DEFENSE TELECOMMUNICATIONS EQUIPMENT OR SERVICES�REPRESENTATION (DEC 2019) 252.204-7017, PROHIBITION ON THE ACQUISITON OF COVERED DEFENSE TELECOMMUNICATIONS EQUIPMENT OR SERVICES�REPRESENTATION (DEC 2019) 252.204-7018, PROHIBITION ON THE ACQUISITION OF COVERED DEFENSE TELECOMMUNICATIONS EQUIPMENT OR SERVICES (JAN 2021) 252.223-7008, PROHIBITION OF HEXAVALENT CHROMIUM (JUN 2013) 252.225-7000, BUY AMERICAN STATUTE�BALANCE OF PAYMENTS PROGRAM CERTIFICATE (NOV 2014) 252.225-7001, BUY AMERICAN ACT AND BALANCE OF PAYMENTS PROGRAM (DEC 2017) 252.225-7012, PREFERENCE FOR CERTAIN DOMESTIC COMMODITIES (DEC 2017) 252.225-7031, SECONDARY ARAB BOYCOTT OF ISRAEL (JUN 2005) 252.225-7052, RESTRICTION ON THE ACQUISITION OF CERTAIN MAGNETS AND TUNGSTEN (OCT 2020)� (DEVIATION 2020-O0005) 252.226-7001, UTILIZATION OF INDIAN ORGANIZATIONS, AND INDIAN-OWNED ECONOMIC ENTERPRISES, AND NATIVE HAWAIIAN SMALL BUSINESS CONCERNS (APR 2019) 252.232-7010, LEVIES ON CONTRACT PAYMENTS (DEC 2006) 252.243-7002, REQUESTS FOR EQUITABLE ADJUSTMENT (DEC 2012) 252.244-7000, SUBCONTRACTS FOR COMMERCIAL ITEMS (JUN 2013) 252.247-7023, TRANSPORTATION OF SUPPLIES BY SEA (FEB 2019) The following additional contract requirement(s) or terms and conditions apply: FAR: 52.204-7, SYSTEM FOR AWARD MANAGEMENT (OCT 2018) 52.204-13, SYSTEM FOR AWARD MANAGEMENT MAINTENANCE (OCT 2018) 52.204-16, COMMERCIAL AND GOVERNMENT ENTITY CODE REPORTING (AUG 2020) 52.204-18, COMMERCIAL AND GOVERNMENT ENTITY CODE MAINTENANCE (AUG 2020) 52.204-24, REPRESENTATION REGARDING CERTAIN TELECOMMUNICATIONS AND VIDEO SURVEILLANCE SERVICES OR EQUIPMENT (NOV 2021) 52.209-7, INFORMATION REGARDING RESPONSIBILITY MATTERS (JUL 2013) 52.232-40, PROVIDING ACCELERATED PAYMENTS TO SMALL BUSINESS SUBCONTRACTORS (NOV 2021) DFARS: 252.203-7000, REQUIREMENTS RELATING TO COMPENSATION OF FORMER DOD OFFICIALS (SEP 2011) 252.204-7000, DISCLOSURE OF INFORMATION (OCT 2016) 252.232-7003, ELECTRONIC SUBMISSION OF PAYMENT REQUESTS AND RECEIVING REPORTS (JUN 2012) ������������������� (xiii)� The following additional contract requirement(s) or terms and conditions apply (full text of all FAR/DFARS clauses that contain fill-in information, as well as all local clauses, can be found in the attached Provisions and Clauses Full-Text document): Provisions and Clauses Full-Text Attachment: ACC - APG POINT OF CONTACT TECHNICAL POINT OF CONTACT SOLICIT ONLY ONE SOURCE TYPE OF CONTRACT AT-OPSEC REQUIREMENTS DISTRIBUTION STATEMENT A GOV INSPECTION AND ACCEPTANCE TAX EXEMPTION CERT. (ARL) PAYMENT INSTRUCTIONS RECEIVING ROOM � APG EXCEPTIONS IN PROPOSAL AWARD OF CONTRACT ADELPHI CONTR. DIVISION URL PAYMENT TERMS 52.204-24, Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment (Nov 2021) 52.204-26, Covered Telecommunications Equipment or Services-Representation (Oct 2020) 52.252-1 Solicitation Provisions Incorporated by Reference 52.252-2 Clauses Incorporated by Reference 252.211-7003 Item Unique Identification and Valuation 252.232-7006 Wide Area WorkFlow Payment Instructions ������������������� (xiv)� This acquisition is rated under the Defense Priorities and Allocations System (DPAS) as N/A. ��������� (xv)� The following notes apply to this announcement:���� In accordance with FAR 32.003, the Government cannot provide contract financing for this acquisition.� ������������������� (xvi)� Offers are due five (5) days after date of posting, by 1530 Eastern Standard Time (EST), at Zachary.a.dowling2.ctr@army.mil or william.nuamah.civ@army.mil. �� ������������������� (xvii)� For information regarding this solicitation, please contact Zachary Dowling (Zachary.a.dowling2.ctr@army.mil) or William Nuamah (william.nuamah.civ@army.mil) �
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/b1a4b5e9021a4218b8515329dbf225e5/view)
- Place of Performance
- Address: Aberdeen Proving Ground, MD 21005, USA
- Zip Code: 21005
- Country: USA
- Zip Code: 21005
- Record
- SN06423886-F 20220813/220811230127 (samdaily.us)
- Source
-
SAM.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's SAM Daily Index Page |