Search Contract Opportunities

Honeywell Tactical Advanced Land Inertial Navigator (TALIN) repair

ID: W31P4Q-23-U-0001 • Type: Synopsis Solicitation
Federal + SLED + Forecasts + Task Orders

Find every eligible opportunity from thousands of sources in one powerful platform

Free Trial Schedule Demo

Description

This is a combined synopsis/solicitation for commercial products or commercial services 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.

Solicitation number W31P4Q-23-U-0001 is being issued as a request for quote. The U.S. Army Contracting Command intends to issue a sole-source, firm-fixed-price purchase order to Honeywell International Inc. Authority cited: Statutory Authority permitting other than Full and Open Competition for this requirement is 10 U.S.C. 2304(C) (1), as implemented by paragraphs 6.302-1 of the Federal Acquisition Regulation (FAR) entitled Only one responsible source and no other supplies or services will satisfy agency requirements.

The solicitation documents and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2023-02.

This requirement is for the repair of two Government-owned TALINs by the manufacturer Honeywell International Inc. The PWS and QASP are attached.

The anticipated period of performance is one year after award.

The following Contract Line Item Numbers (CLINs) will be included in the subsequent award:

CLIN 0001 - Supply/Service CLIN - This CLIN will be issued for the total acquisition of the required repair services.

The place of delivery, acceptance and FOB point is:

Combat Capabilities Development Command Aviation & Missile Center (DEVCOM AvMC) Technology Development Directorate (TDD)

Building 5473

Redstone Arsenal, AL 35898

Any items to be shipped shall include shipping costs FOB Destination to Redstone Arsenal, AL. All quotes shall include delivery/performance dates expressed in days or weeks from award date.

Any award resulting from this RFQ will be issued on Standard Form 1449 and will contain all clauses required by law, the Federal Acquisition Regulation (FAR), and the Defense Federal Acquisition Regulation Supplement (DFARS) as appropriate for the dollar value of the award.

The FAR and DFARS provisions/clauses applicable to this requirement are attached.

Other clauses may be included in the award if applicable. As defined in FAR 52.204-7, the successful offeror must be registered in the System for Award Management (SAM) database prior to award.

Payment will be made via Wide Area Workflow (WAWF) in accordance with DFARS 252.232-7006.

Offerors must fill-in the following attached FAR/DFARS provisions and submit with their quote:

FAR Provisions:

52.204-17 - Ownership of Control of Offeror

52.204-20 - Predecessor of Offeror

52.204-24 - Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment

52.204-26 - Covered Telecommunications Equipment or Services-Representation

52.209-11 - Representation by Corporations Regarding an Unpaid Delinquent Tax Liability or a Felony Conviction under any Federal Law

52.212-3 - Offeror Representations and Certifications Commercial Products and Commercial Services

52.222-48 - Exemption from Application of the Service Contract Labor Standards to Contracts for Maintenance, Calibration, or Repair of Certain Equipment-Certification

DFARS Provisions:

252.204-7016 - Covered Defense Telecommunications Equipment or Services Representation

252.204-7017 - Prohibition on the Acquisition of Covered Defense Telecommunications Equipment or Services Representation

Quotes are due no later than 3:00 PM CST, 31 March 2023 in the contracting office. Electronic quotes may be submitted to Tammy J. Benson at

tammy.j.benson.civ@army.mil.

Oral communications are not acceptable in response to this notice. NO FOREIGN PARTICIPATION IS ALLOWED. All responsible sources may submit an offer which shall be considered by the agency. In the event multiple quotes are received, the quotes will be evaluated on the basis of lowest price, technically acceptable. All quotes should also include a copy of your commercial pricelist or price support along with your CAGE code, Taxpayer Identification Number, and UEI number. Quotes/offers received after the specified due date and time will not be considered for award. For further information or questions regarding this solicitation, contact Tammy J. Benson via email at tammy.j.benson.civ@army.mil.

Overview

Response Deadline
March 31, 2023, 4:00 p.m. EDT Past Due
Posted
March 17, 2023, 1:07 p.m. EDT
Set Aside
None
Place of Performance
Not Provided
Source
SAM

Current SBA Size Standard
$34 Million
Pricing
Fixed Price
Evaluation Criteria
Lowest Price Technically Acceptable (LPTA)
Est. Level of Competition
Sole Source
Signs of Shaping
61% of similar contracts within the Department of the Army had a set-aside.
On 3/17/23 ACC Redstone issued Synopsis Solicitation W31P4Q-23-U-0001 for Honeywell Tactical Advanced Land Inertial Navigator (TALIN) repair due 3/31/23. The opportunity was issued full & open with NAICS 811210 and PSC J066.
Primary Contact
Name
Tammy J Benson   Profile
Phone
None

Documents

Posted documents for Synopsis Solicitation W31P4Q-23-U-0001

Incumbent or Similar Awards

Potential Bidders and Partners

Awardees that have won contracts similar to Synopsis Solicitation W31P4Q-23-U-0001

Similar Active Opportunities

Open contract opportunities similar to Synopsis Solicitation W31P4Q-23-U-0001

Additional Details

Source Agency Hierarchy
DEPT OF DEFENSE > DEPT OF THE ARMY > AMC > ACC > ACC-CTRS > ACC RSA
FPDS Organization Code
2100-W31P4Q
Source Organization Code
500038573
Last Updated
April 15, 2023
Last Updated By
tammy.j.benson.civ@mail.mil
Archive Date
April 15, 2023