Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 14, 2002 FBO #0377
SOLICITATION NOTICE

93 -- S2 PLAIN WOVEN AND UNIDIRECTIONAL GLASS

Notice Date
12/12/2002
 
Notice Type
Solicitation Notice
 
Contracting Office
US Army Robert Morris Acquisition Center, Adelphi Contracting Division, ATTN: AMSSB-ACA, 2800 Powder Mill Road, Adelphi, MD 20783-1197
 
ZIP Code
20783-1197
 
Solicitation Number
W813LT-2301-7014
 
Archive Date
2/18/2003
 
Point of Contact
Jean Craig, 410-278-6517
 
E-Mail Address
Email your questions to US Army Robert Morris Acquisition Center, Adelphi Contracting Division
(jcc@arl.army.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
NA (i)This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice. This notice constitutes the only solicitation; proposals/bids are being requested and a written solicitation will not be issued. This acquisition is issued as a Request for Quotation (RFQ).(ii) The solicitation number is W813LT-2301-7014. (iii) The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 97-27. (iv) This is a 100% Small Business Set-Aside. The associated North America Industry Classification System (NAICS) Code is 327215 and the Business Size Standard is 500. (v) The following is a list of contract line item numbers,description, quantity, and units of measure: (0001) S2 Plain Woven Glass; SBA 240F-50 inch; 24 ounces per yard; estimated 200 pounds per roll (variation of plus or minus 10 percent allowed), Quantity required is 12 ro lls; (0002) S2 Unidirectional Glass; SDB 170-50 inch plus 45 knit; 17 ounces per yard, estimated 200 pounds per roll (variation of plus or minus 10 percent allowed), Quantity required is 9 rolls. (vi) Description of requirements: Pricing shall be require d for all items as identified. (vii) Delivery is required by 20 January 2003. Delivery shall be made to US Army Research Laboratory, ATTN: Shipping and Receiving, Bldg. 434, Aberdeen Proving Ground, MD 21005-5001. Acceptance shall be performed on-site at US Army Research Laboratory, APG, MD 21005-5001. The FOB point is Destination. (viii) The provision at FAR 52.212-1, Instructions to Offerors - Commercial Items applies to this solicitation. The following agenda have been attached to this provision: None. (ix) The provision at FAR 52.212-2, Evaluation - Commercial Items is applicable to this solicitation. The specific evaluation criteria to be included in paragraph (a) of that provision are as follows: Technical, past performance and price. Technic al and past performance are of equal importance and when combined are significantly more important than price. The technical evaluation will be a determination as to equality of the product and shall be based on information furnished by the vendor. The g overnment is not responsible for locating or securing any information, which is not identified in the proposal. To ensure sufficient information is available, vendors must furnish as part of their proposal all descriptive material (such as cuts, illustrat ions, drawings, or other information) necessary for the government to determine whether the product meets the salient characteristics of the requirement. If the vendor proposes to modify a product so as to make it conform to the requirement of this solici tation the vendor shall include a clear description of such proposed modifications and clearly mark any descriptive materials to show modifications. Past performance will be evaluated based on information provided by the offeror as to actual sales of th e proposed products to industry or government agencies. Past performance will consider the ability of the offeror to meet delivery schedule. Offerors must include records of three recent sales and identify a point of contact for each by providing a name and telephone number. The government will award a contract to the offeror whose offer conforms to this solicitation and will be most advantageous to the government, price and other factors considered. The government reserves the right to make an award wit hout discussions. (x) Offerors shall include a completed copy of the provision at FAR 52.212-3, Offeror Representations and Certifications - Commercial Items, and DFARS 252.212-7000, Offeror Representations and Certifications - with its offer. (xi) The c lause at FAR 52.212-4, Contract Terms and Conditions - Commercial Items, applies to this acquisition. The following agenda have been attached to the clause: No ne. (xii) The DFARS 252.204-7004, Required Central Contractor Registration, applies to this acquisition. (xiii) The clause at FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive orders - Commercial Items, applies to this acquisition. The following additional FAR clauses cited in this clause are applicable: FAR 52.219.8, Utilization of Small Business Concerns (OCT 2000); FAR 52.222-21, Prohibition of Segregated Facilities (FEB 1999); FAR 52.222-26, Equal Opportunity (FEB 1999); FAR 52.222-35, Affirmative Action for Disabled Veterans and Veterans of the Vietnam Era (APR 1998); FAR 52.222-36, Affirmative Action for Workers with Disabilities (JUN 1998); FAR 52.232-33, Payment by Electronic Funds Transfer (MAY 1999). (xiv) Th e clause at DFARS 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items (Jul 2002), applies to this acquisition. The following agenda has been attached to this clause: 252.225-7001 Buy American Act and Balance of Payment Program (Mar 1998); 252.227-7015 Technical Data--Commercial Items (Nov 1995); and 252.227-7037 Validation of Restrictive Markings on Technical Data (Sep 1999). Clauses and provisions are incorpo rated by reference and apply to this acquisition. Clauses and provisions can be obtained at http://www.arnet.gov. (xv) This acquisition is not rated under the Defense Priorities and Allocations System (DPAS). (xvi) Note 1 applies. (xvii) Offers are due on 20 December 2002, by 1400 hours EST, at US Army Research Laboratory, RMAC-Adelphi, APG Satellite Purchasing Team, AMSSB-ACC-A, Bldg. 434, Aberdeen Proving Ground, MD 21005. (xviii) For information regarding this notice, please contact Jean Craig at (410) 278-6517, FAX (410) 278-6522 or email jcc@arl.army.mil.
 
Place of Performance
Address: US Army Robert Morris Acquisition Center, ARL/APG Purchasing Satellite Team ATTN: AMSSB-ACC-AA, Bldg 434 Aberdeen Proving Gro MD
Zip Code: 21005-5066
Country: US
 
Record
SN00222397-W 20021214/021212213708 (fbodaily.com)
 
Source
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  © 1994-2020, Loren Data Corp.