Input NSN: 1615-01-315-1725
Input P/N: 114H6800-9
Input NSN: 1615-01-106-9510 Input P/N: 114H6800-5
Input NSN: 1650-01-371-2475 Input P/N: 114H6800-11
Output NSN: 1650-01-371-2475
Output P/N: 114H6800-11
QUANTITY: MIN 10- MAX 400 FMS QUANTITY: 50
The proposed contractual action will be a Five (5) year, Firm Fixed Price, Indefinite Delivery Indefinite Quantity(IDIQ) maintenance and overhaul contract, with a minimum quantity of 10 each and a maximum quantity of 400 each. The maximum quantity includes a quantity for Foreign Military Sales of 50 each.
Authority and Justification for other than full and open competition is 10 U.S.C. 2304(c)(1). The proposed procurement is for services and supplies which cannot be obtained through full and open competition because only one responsible source is capable of satisfying the Agency's requirements, FAR 6.302-1. Depot Maintenance Work Requirement (DMWR) 55-1650-166 is adequate to support the overhaul of the Dampner, Flutter; however, because this item is a Critical Safety Item (CSI) overhaul can only be performed by an approved source. Pursuant to the provision of Public Law No. 108-136, National Defense Authorization Act Fiscal Year 204, Section 802, Quality Control in Procurement of Aviation Critical Safety Items are Related Services, as implemented for acquisition by Department of Defense Acquisition Regulation Supplement 209-270, contracts for modification, repair or overhaul of CSI items can only be awarded to a source approved by the head of the design control activity, AED. The approved sources of overhaul are: Boeing Helicopter Inc. (CAGE 77272) Route 291 & Stewart Ave, Ridley Park, PA, 19078-1099; Texas Aerospace Services Inc. (CAGE 29242) 3550 Maple St., Abilene, TX 79602-7103; Cliffdale Manufacturing Inc. (CAGE 34705) 20409 Prairie St. Chatsworth, CA 91311-6029, and AAR Aircraft Component (3Y015) 747 Zechendorf Blvd. Garden City, NY 11530-2110. These vendors are the only known sources capable of performing this work in the timeframe required to satisfy the Army's minimum needs. All interested sources must meet pre-qualification requirements in order to be eligible for award. To obtain approval, vendors must submit a Source Approval Request (SAR) package, for review and approval, to the Engineering Directorate (ED) Quality Engineering Division. Source approval must be obtained prior to being considered for contract award. Approvals are made on an individual part number basis for a specific manufacturing location (CAGE). Firms are encouraged to seek source approval in order to compete for future solicitations by following the SAR submission guidance provided on the website: http://amcomdmz.redstone.army.mil/casl_cmo/casldba.casl_cmo_samsar. Questions concerning SAR submissions can be directed to the ED SAR Team at [email protected] or call the SAR Team at 256-313-8978, 256-313-0341or 256-313-8994. The closing date annotated is an estimated date and may be adjusted dependent upon the date of release of the solicitation; however, the solicitation will not close prior to the closing date stated above. No telephone requests for solicitation will be accepted. Request for solicitation will be by mailed or emailed. You may mail your request to Akilah Ray, CCAM-ALL, Bldg 5303, 2nd Floor, Redstone Arsenal, AL 35898-5000; email: [email protected] . Proposals will only be accepted by mail or courier. No datafax or emails will be accepted for proposals. This requirement is currently unfunded. Award will be withheld pending receipt of sufficient funds. The closing date annotated is an estimate date and may be adjusted dependent upon the date of release of the solicitation; however, the solicitation will not close prior to the closing date stated above. This requirement is currently unfunded and award will be withheld pending receipt of sufficient funds.