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 number is W911W6-10-T-0005 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 05-32. The applicable North American Industry Classification Standard (NAICS) code is 334111. The small business size standard is 1000 employees. AATD intends to purchase one IADS-TELEM-BASE Software, one IADS-TELEM-RACKSERVER Hardware, and one IADS-TELEM-RACKSERVER one-year warranty on a sole-source basis under the authority of Section 4202 of the Clinger-Cohen Act of 1996. These items are required to support flight test data, analysis, display, and archiving system integration requirements. Specifications, plans or drawings related to this procurement are not available and cannot be furnished by the Government. The intended source for this hardware, software, and warranty is Symvionics, Inc. located at 488 E Santa Clara, Suite 201, Arcadia, CA 91006. Delivery of these items is expected to be thirty (30) days After Receipt of Order (ARO). Delivery, inspection, Acceptance and F.O.B Point are Destination. 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, Offerors 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; FAR 52.252-2, Clauses Incorporated by Reference; DFARS 252.225-7000, Buy American Act--Balance of Payments Program Certificate; DFARS 252.232-7010, Levies on Contract Payments; and DFARS 252.246-7000, Material Inspection and Receiving Report. The following clauses cited within FAR 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 Re-representation; 52.222-3, Convict Labor; FAR 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; 52.225-13, Restrictions on Certain Foreign Purchases; 52.222-50, Combating Trafficking in Persons; and 52.232-33, Payment by Electronic Funds Transfer--Central Contractor Registration. The following clauses cited within DFARS 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; 252.247-7023, 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 the following link: http://farsite.hill.af.mil. Symvionics, Inc. is the only known source; however, interested persons 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 June 2, 2010, 2:00 p.m. EST and shall be submitted to the Aviation Applied Technology Directorate, Attn: CCAM-RDT (Beth Chapman), 401 Lee Boulevard, Fort Eustis, VA 23604-5577 by e-mail at
[email protected] or by regular mail. Contracting Officer point of contact is Linda Diedrich, 757-878-4828, or
[email protected].
Bid Protests Not Available