Kansas Bids > Bid Detail

Foreign Military Sales IDIQ

Agency: DEPT OF DEFENSE
Level of Government: Federal
Category:
  • 15 - Aircraft and Airframe Structural Components
Opps ID: NBD00159812234381081
Posted Date: Feb 2, 2023
Due Date: Mar 6, 2023
Solicitation No: W58RGZ-23-R-0043
Source: https://sam.gov/opp/58fe51c508...
Follow
Foreign Military Sales IDIQ
Active
Contract Opportunity
Notice ID
W58RGZ-23-R-0043
Related Notice
Department/Ind. Agency
DEPT OF DEFENSE
Sub-tier
DEPT OF THE ARMY
Major Command
AMC
Sub Command
ACC
Sub Command 2
ACC-CTRS
Sub Command 3
ACC RSA
Office
W6QK ACC-RSA
Looking for contract opportunity help?

Procurement Technical Assistance Centers (PTACs) are an official government contracting resource for small businesses. Find your local PTAC (opens in new window) for free government expertise related to contract opportunities.

General Information
  • Contract Opportunity Type: Combined Synopsis/Solicitation (Original)
  • All Dates/Times are: (UTC-06:00) CENTRAL STANDARD TIME, CHICAGO, USA
  • Original Published Date: Feb 02, 2023 08:49 am CST
  • Original Date Offers Due: Mar 06, 2023 04:00 pm CST
  • Inactive Policy: 15 days after date offers due
  • Original Inactive Date: Mar 21, 2023
  • Initiative:
    • None
Classification
  • Original Set Aside:
  • Product Service Code: 1510 - AIRCRAFT, FIXED WING
  • NAICS Code:
    • 336411 - Aircraft Manufacturing
  • Place of Performance:
    Wichita , KS 67215
    USA
Description

This is a combined synopsis/solicitation for commercial products 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.



This solicitation, W58RGZ-23-R-0043, is issued as a Request for Proposal (RFP). The U.S. Army Contracting Command-Redstone (ACC-RSA) intends to award, on a sole source basis, a five-year IDIQ contract to the Original Equipment Manufacturer (OEM), Textron Aviation, Inc. (Textron), One Cessna Boulevard, Wichita, Kansas 67215, Commercial and Government Entity Code: 7EK50. This action is pursuant to 10 U.S.C. 2304(a) (1), as implemented by Federal Acquisition Regulation (FAR) 6.302- 1(a)(2)(ii)(A), Substantial duplication of cost to the Government that is not expected to be recovered through competition.



Textron is the original equipment manufacturer (OEM) of the King Air B200 series, King Air B300 series, Cessna C-208B, and Cessna C-408 aircraft. Textron holds all licenses, copyrights, patents, intellectual property rights, and the Type Certificate Data Sheets for these aircraft and has established the necessary production facilities. Historically, the aircraft have been purchased from Textron, the only source that can provide new factorydirect sales. All models will be configured in compliance with Federal Aviation Regulation Part 23, Airworthiness Standards, Normal, Utility, Acrobatic, and Commuter Category Airplanes, and delivered with a current and valid Federal Aviation Administration (FAA) Form 8100-2, Standard Airworthiness Certificate.



This notice does not incorporate small-business set-aside(s). The associated North American Industrial Classification System code for this requirement is 336411 (Aircraft Manufacturing), with a small business size standard of 1,500 employees.



Offerors must be registered in the System for Award Management (SAM) at http://www.sam.gov, in order to be considered for award.



A list of contract line item numbers (CLINS) and items, quantities and units of measure shall be provided to Textron for this effort.



The contemplated contract will include one 12-month base period and four 12-month ordering periods for the procurement of Aircraft King Air Series B200 and B300 and Cessna C208B and C408 to support upcoming FMS cases.



The Government’s minimum quantity, to be awarded simultaneously with the award of the basic contract is two (2) King Air 360 (B300 series) aircraft to the country of Peru.



Anticipated award date is not later than July 2023. The contract will have a set maximum ceiling of $99,788,000.00.



Date(s) and Place(s) of Delivery will be Determined upon receipt of Letter of Offer and Letter of Acceptance (from Country) and issuance of Delivery Order.



Under the authority of (FAR) 6.302- 1(a)(2)(ii)(A), this action is directed towards Textron. The solicitation is issued as a RFP to Textron only. A Statement of Work (SOW) along with the anticipated CLIN structure will be provided directly to Textron in a separate document. This RFP incorporates provisions and clauses in effect through Federal Acquisition Circular (FAC) 2023-01, dated December 30, 2022 – found online at https://www.acquisition.gov/content/list-sections-affected.



Instructions to Offeror:

Contractor shall provide list of published/non-published options and spares for each aircraft along with individual pricing for these items, in addition to the Section B Pricing (Attachment 0002) and submit as part of the proposal. Proposal submission shall be received no later than 4:00 P.M. Central Time on March 6, 2023.



Any questions or concerns regarding this solicitation should be submitted in writing via e-mail to the points of contact: Contract Specialist, Clarissa E. Cooney, at clarissa.e.cooney.civ@army.mil and Contracting Officer, Shalanda R. McMurry, at shalanda.r.mcmurry.civ@army.mil.


Attachments/Links
No attachments or links have been added to this opportunity.
Contact Information
Contracting Office Address
  • AMCOM CONTRACTING CENTER AIR SPARKMAN CIR BLDG 5303
  • REDSTONE ARSENAL , AL 35898-0000
  • USA
Primary Point of Contact
Secondary Point of Contact
History
  • Feb 02, 2023 08:49 am CSTCombined Synopsis/Solicitation (Original)

TRY FOR FREE

Not a USAOPPS Member Yet?

Get unlimited access to thousands of active local, state and federal government bids and awards in All 50 States.

Start Free Trial Today >