AMENDMENT TO SOLICITATION PROPOSAL DUE DATE:
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.
Combined Synopsis/Solicitation number PANRSA 015977 is being issued as a request
for quote. The U.S. Army Contracting Command intends to issue a sole-source, firmfixed-
price Purchase Order. This purchase order request is being sought under the
simplified acquisition authority as full and open. All responsible sources may submit a
capability statement, proposal, or quotation, which shall be considered by the agency.
Early submission of a qualified proposal is both desirable and acceptable.
The solicitation documents and incorporated provisions and clauses are those in effect
through Federal Acquisition Circular 2023-24.
This requirement is to purchase an AS9100-Assessment and Surveillance of the
Prototype Integration Facility (PIF).
Requirements
1. The contractor shall conduct two (2) AS9100D third-party recertification audits,
and two (2) annual surveillance audits of the Prototype Integration Facility’s
(PIF) Quality Management System using a process-based approach to quality
management system registration. The effort shall consist of a base requirement
for the initial recertification audit and four options to be exercised for the followon
audits.
The Base effort shall be for the recertification audit. The recertification shall be
completed no later than (NLT) April 2025.
Option 1 shall be exercised for the first surveillance audit.
Option 2 shall be exercised for the second surveillance audit.
Option 3 shall be exercised for the next recertification audit. This recertification
shall be completed NLT April 2028.
2. Each assessment shall be tailored to the unique aspects of the PIF and shall
provide PIF management with the organization’s ability to meet strategic
objectives.
3. The performance-based audits shall focus on areas and issues of the PIF’s
Quality Management System that have a significant impact on business
objectives and that are critical to the PIF’s operation.
4. The Certification Body/Registrar shall be accredited by the American National
Standards Institute (ANSI) National Accreditation Board (ANAB), or International
Organization for Standards (ISO), or other International Accreditation Forum
(IAF) Member signatories. The Certification Body/Registrar must be accredited
to issue AS9100D registrations in accordance with ANAB, ISO, or IAF.
The Certification Body/Registrar shall have successfully completed an ISO/IEC
17021:2015 conformity assessment, verifying the contractor meets requirements
for certification bodies providing audit and certification of management systems.
The contractor shall provide a copy of the company’s accreditation identification
number to the PIF, known as an Online Aerospace Supplier Information System
(OASIS) Identification Number (OIN).
5. Contractor will be authorized travel expenses consistent with the substantive
provisions of the Joint Travel Regulation (JTR) and the limitation of funds
specified in this contract. The Government anticipates travel to the following
locations:
Number
of Trips
Destination Duration Number
of
People
Reason
1 Huntsville, AL 7 days 2 Base – Recertification Audit
1 Huntsville, AL 4 days 1 Option 1 - Surveillance
1 Huntsville, AL 4 days 1 Option 2 - Surveillance
1 Huntsville, AL 7 days 2 Option 3 – Recertification
Audit
Please see the attached Product Description/Statement of Work (SOW) for more
details.
The AS9100 Audit and Surveillance of the PIF will have a base effort with 4 option
years.
The place of delivery, acceptance and FOB point is:
5405 Fowler Rd
Redstone Arsenal, AL 35898
All quotes shall include delivery 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.
Quotes are due no later than 5:00 PM CST, 13 January 2025 in the contracting office.
Electronic quotes may be submitted to Leighton Bragg at leighton.e.bragg.civ@army.mil
Oral communications are not acceptable in response to this notice. 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. The contractor shall provide a copy of the company’s accreditation
identification number to the PIF, known as an Online Aerospace Supplier Information
System (OASIS) Identification Number (OIN). 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 Leighton Bragg via email at
leighton.e.bragg.civ@army.mil