The RFP Database
New business relationships start here

One hundred (100) Circuit Card Assemblies


Virginia, United States
Government : Military
RFP
Go to the link
This document has expired, therefore the above link may no longer work.

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 Aviation Applied Technology Directorate (AATD) Contracting Division, Army Contracting Command, intends to award a firm-fixed-price contract. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-81. The solicitation number is W911W6-15-T-0006 and is issued as a request for quotation. The proposed contract action, a commercial item purchase order in accordance with FAR Part 13, Simplified Acquisition Procedures, is for procurement of one hundred (100) each Circuit Card Assemblies (CCAs) for Retransmit Transformer Boxes. These assemblies will be used for ARC-231 aircraft modifications on the UH-60A/L aircraft. The assemblies will be required to go through Airworthiness Release. The Circuit Card Assemblies are 1.065 inches x 1.685 inches in size and will require conformal coatings and include two (2) audio transformers. A certificate of compliance/conformance will be required for each assembly. The successful firm will be required to submit a first article test unit for size conformance and any additional testing before production of the remaining CCAs. This unit must be available June 15, 2015 with receipt of follow-on units starting in August 2015 at five (5) each per month. The AATD will provide the required drawing and gerber files to those firms interested in the manufacture of the CCAs. Delivery, Inspection, Acceptance and F.O.B. Point are at Destination, Fort Eustis, VA 23604. 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. Clauses incorporated by reference include FAR 52.204-7, System for Award Management; FAR 52.204-13, System for Award Management Maintenance; FAR 52.209-4, First Article Approval--Government Testing; FAR 52.212-4, Contract Terms and Conditions--Commercial Items; FAR 52.219-1, Small Business Program Representations; FAR 52.222-22, Previous Contracts and Compliance Reports; FAR 52.222-25, Affirmative Action Compliance; FAR 52.225-25, Prohibition on Engaging in Sanctioned Activities Relating to Iran--Certification; FAR 52.232-39, Unenforceability of Unauthorized Obligations; FAR 52.247-34, F.O.B. Destination; FAR 52.249-8, Default (Fixed-Price Supply and Service); FAR 52.252-2, Clauses Incorporated by Reference; DFARS 252.203-7000, Requirements Relating to Compensation of Former DoD Officials; DFARS 252.203-7002, Requirement to Inform Employees of Whistleblower Rights; DFARS 252.203-7005, Representation Relating to Compensation of Former DoD Officials; DFARS 252.204-0001, Line Item Specific - Single Funding; DFARS 252.204-7003, Control of Government Work Product; DFARS 252.204-7004 Alt A, System for Award Management; DFARS 252.204-7012, Safeguarding of Unclassified Controlled Technical Information; DFARS 252.225-7000, Buy American Act--Balance of Payments Program Certificate; DFARS 252.225-7001, Buy American Act and Balance of Payments Program; DFARS 252.225-7002, Qualifying Country Sources as Subcontractors; DFARS 252.225-7048, Export Controlled Items; DFARS 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports; DFARS 252.232-7006, Wide Area WorkFlow Payment Instructions; DFARS 252.232-7010, Levies on Contract Payments; DFARS 252.243-7001, Pricing of Contract Modifications; DFARS 252.246-7000, Material Inspection and Receiving Report; DFARS 252.247-7023, Transportation of Supplies by Sea; and DFARS 252.247-7024, Notification of Transportation of Supplies by Sea. The following clauses cited within FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders--Commercial Items, apply: 52.204-10, Reporting Executive Compensation and First-Tier Subcontracts Awards; 52.209-6, Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment; 52.219-6, Notice of Total Small Business Set-Aside; 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; 52.222-50, Combating Trafficking in Persons; 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving; 52.225-13, Restrictions on Certain Foreign Purchases; 52.232-33, Payment by Electronic Funds Transfer--System for Award Management; 52.233-3, Protest after Award; and 52.233-4, Applicable Law for Breach of Contract Claim. The full text of the clauses or provisions may be accessed electronically at http://farsite.hill.af.mil. Pursuant to FAR 15.101-2, lowest price technically acceptable, acceptability will be evaluated base on the criteria listed above. The applicable North American Industry Classification Standard (NAICS) code is 336413. The small business size standard is 1000. Interested sources may identify interest and capability to respond to the requirement or submit a proposal. The Government will review and consider all capability statements or proposals received within the closing date set in this notice. Companies submitting such statements shall reference W911W6-14-T-0006 in all correspondence with the Government. The successful offeror must submit their invoices through the Wide Area WorkFlow website http://wawf.eb.mil. Also, all prospective offerors must be actively registered in the System for Award Management (SAM) website www.sam.gov prior to award. Quotations are due not later than April 24, 2015, 2:00 p.m. Eastern Standard Time. Submit inquiries regarding this procurement to Beth Chapman by email at beth.k.chapman.civ@mail.mil, (757-878-4827).

Beth Chapman, 757-878-4827

ACC-RSA-AATD - (SPS)

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP