Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 16, 2003 FBO #0471
MODIFICATION

61 -- Four Conductor No. 22 Cable with Overbraid

Notice Date
3/14/2003
 
Notice Type
Modification
 
Contracting Office
Other Defense Agencies, Defense Threat Reduction Agency, Albuquerque Support (ALTK), 1680 Texas Street SE, Kirtland AFB, NM, 87117-5669
 
ZIP Code
87117-5669
 
Solicitation Number
DTRA02-03-T-0043
 
Response Due
3/19/2003
 
Archive Date
4/3/2003
 
Point of Contact
Elemita Woods, Contract Specialist, Phone (505) 853-0865, Fax (505) 846-4246,
 
E-Mail Address
elemita.woods@ao.dtra.mil
 
Small Business Set-Aside
Total Small Business
 
Description
This is an amendment to the synopsis/solicitation correcting the closing date provided within the description of the effort. The closing date is 19 March 2003, not later than 4:00PM Mountain Standard Time. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulation (FAR) subpart 12.6 and FAR Part 13, as supplemented by the additional information stated below. This announcement constitutes the only solicitation; a quote is requested and a written solicitation will not be issued. This combined synopsis/solicitation is issued as a request for quotes (RFQ) DTRA02-03-T-0043. The Defense Threat Reduction Agency (DTRA) proposes to procure Four Conductor, No. 22 Cable with Overbraid in accordance with specification DOD/DTRA-MC-12 O/B dated 18 June 2002 (Attachment 1). A Firm Fixed Price, Single Award Indefinite Delivery/Indefinite Quantity (IDIQ) type contract will be awarded. The total period of performance is for a one-year base period with options to extend the contract for two (2) additional one-year periods not to exceed a total of three years. Line items are listed as follows: 0001, base year minimum 750,000 feet, maximum 1,200,000 feet; 0002, option year minimum 100,000 feet, maximum 1,000,000 feet; and 0003, option year minimum 100,000 feet, maximum 1,000,000 feet. Quote shall contain pricing (per foot) for base year and option years. Only new product will be accepted -- not refurbished. Acceptable Cable Lengths Per Reels: Each reel shall contain a single 5,000-foot continuous length cable, free from factory splices or breaks. Cable shall be supplied as follows: 85 Percent minimum 5,000-foot lengths (+4%, -0%). 15 Percent maximum 4,800 to 4,999 foot lengths. Permissible production variation shall be limited to 5 Percent increase, 0 Percent decrease. Other Considerations: DTRA will inspect/test up to 10% of the cabling using representative samples cut from exposed cable ends on reels selected by Government representative. At least two separate visits will take place to inspect/test the cabling. The first visit will occur prior to initial shipment, but after at least 50% of the requirement is manufactured and a second visit will occur between mid-cycle manufacturing and completion of order (STD-CABL-CG007, attachment 2). Partial Deliveries are acceptable. Delivery will be FOB destination, within 90 days after issuance of orders, to White Sands Missile Range NM, Attn: Honeywell Technology, Permanent High Explosive Test Site (PHETS), San Antonio, NM 87832 (12 miles east on US Route 380 then 18 miles south on NM Route 525. Report to Stallion Range Center Gate. Deliveries will be accepted only Monday-Thursday, 8:00am to 3:00pm. Minimum of one day advanced notice is required to gain delivery access through the WSMR security Gate (see Maps Attachment 3) This requirement is being conducted as a Simplified Acquisition Procedure (SAP) and is a 100% Small Business Set-Aside. NAICS Code is 335921 and the Business Size Standard is 1,000 employees. Evaluation of quotes will be based on price, to include options, and price related factors, such as past performance (Offerors shall submit three past performance recent relevant efforts similar to this requirement and must include point of contact name, phone number, contract number). Clause 52.217-5 Evaluation of Options. The following provisions and clauses are those in effect through FAC 2001-12 and Defense FAR Supplement (DFARS) Change Notice 20030214 applicable to this solicitation: FAR Clause 52.247-34 F.O.B. Destination; FAR 52.212-1, Instructions to Offerors Commercial Items; Offers must include (1) a completed copy of the provision at FAR 52.212-3, Offeror Representations and Certifications Commercial Items, (2) Commercial and Government Entity (CAGE) code, Contractor Establishment Code (DUNS number) and Tax Identification number, Business Size and Remit to Address; FAR 52.212-4, Contract Terms and Conditions Commercial Items; FAR 52.212-5, Contract Terms and Conditions Required to implement Statutes or Executive Orders Commercial Items; amended to include the following FAR clauses: 52.203-6, Restrictions on Subcontractor Sales to the Government, with Alternate 1 (41 U.S.C. 253g and 10 U.S.C. 2402); 52.219-8, Utilization of Small Business Concerns (15 U.S.C. 637 (d)(2) and (3)); 52.219-14, Limitations on Subcontracting (15 U.S.C. 637(a)(14)).; 52.222-21, Prohibition of Segregated Facilities (Feb 1999); 52.222-26, Equal Opportunities (E.O. 11246); 52.222-35, Affirmation Action for Disabled Veterans, Veterans of the Vietnam Era and Other Eligible Veterans (38 U.S.C. 4212); 52.222-36, Affirmative Action for Workers with Disabilities (29 U.S.C. 793); 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era and Other Eligible Veterans (38 U.S.C. 4212); 52.222-19, Child Labor--Cooperation with Authorities and Remedies (E.O. 13126); 52.225-13, Restriction on Certain Foreign Purchases (E.O. 12722, 12724, 13059, 13067, 13121, and 13129); 52.232-33, Payments by Electronic Funds Transfer--Central Contractor Registration (31 U.S.C. 3332); Applicable DFAR clauses as follows: 252.212-7000, Offeror Representations and Certifications--Commercial Items; 252.212-7001 amended to include 52.203-3 Gratuities (APR 1984) (10 U.S.C. 2207); 252.225-7001, Buy American Act and Balance of Payment Program (MAR 1998) (41 U.S.C. 10a-10d, E.O. 10582); 252.225-7012 Preference for certain Domestic Commodities (AUG 2000) (10 U.S.C. 2241 note); 252.243-7002 Certification of Requests for Equitable Adjustment (MAR 1998) (10 U.S.C. 2410); 252.204-7004, Required Central Contractor Registration. Also included is FAR Clause 52.217-7 Option for Increased Quantity--Separately Priced Line Item. FAR provisions and clauses may be obtained from the following Internet web site:http://farsite.hill.af.mil. Questions must be in writing regarding this solicitation and may be e-mailed to Elemita Woods, elemita.woods@ao.dtra.mil. The closing date of this solicitation is 19 Mar 2003. Faxed quotes are acceptable to 505-846-4246. Estimated award date is 2 April 2003. (Note 1)
 
Place of Performance
Address: White Sands Missile Range NM, Attn: Honeywell Technology, Permanent High Explosive Test Site (PHETS), San Antonio, NM
Zip Code: 87832
Country: Socorro
 
Record
SN00280048-W 20030316/030315001630 (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.