Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 15, 2003 FBO #0624
SOLICITATION NOTICE

59 -- Connectors

Notice Date
8/13/2003
 
Notice Type
Solicitation Notice
 
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-0139
 
Response Due
8/27/2003
 
Archive Date
9/11/2003
 
Point of Contact
Emelda Armijo, Contract Specialist, Phone (505) 846-8475, Fax (505) 846-4246, - Emelda Armijo, Contract Specialist, Phone (505) 846-8475, Fax (505) 846-4246,
 
E-Mail Address
emelda.armijo@ao.dtra.mil, emelda.armijo@ao.dtra.mil
 
Small Business Set-Aside
Total Small Business
 
Description
This is a Combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in the notice. This announcement constitutes the only solicitation; quotations are being requested and a written solicitation will no be issued. Solicitation Number: DTRA02-03-T-0139 is being issued as a Request for Quotation. This solicitation incorporates provisions and clauses effective through Federal Acquisition Circular (FAC) # 2001-15 and DFARS Change Notice (DCN) 20030722. This requirement is set aside 100% Small Business. Applicable NAICS: 421690 and size standard is 100 employees. The Defense Threat Reduction Agency (DTRA) has a requirement to purchase the following Items. Line Item 0001 ? 5 Pin Female, Qty: 400 each, PN: M83723/75R1005N, IAW Mil Spec: MIL-C-83723 (Series III connector, bayonet coupling, standard straight plug with 5 socket contacts, shell size 10 using normal keying positions, Service Class R (aluminum shell, electroless nickel finish, fluid resistant). Information can be found at web site: http://assist2/daps/dla/mil/quicksearch/). Line Item 0002 ? 5 Pin Female, Qty: 400 each, PN: M83723/76R1005N, IAW Mil Spec: MIL-C-83723 (Series III connector, bayonet coupling, standard straight plug with 5 socket contacts, shell size 10 using normal keying positions, Service Class R (aluminum shell, electroless nickel finish, fluid resistant). Information can be found at web site: http://assist2/daps/dla/mil/quicksearch/). Line Item 0003 ? Plug, BNC, Qty: 700 each, PN: M39012/16-0504, IAW Mil Performance: MIL-PRF-39012/16, (connector, plug. electrical, coaxial, radio frequency, Series BNC (cable), pin contact, Class 2, (equivalent to Kings Electronics PN: KC59-414) Note: the MIL-PRF information is available at the same location, www.kingselectronics.com. K59-414 application is for RG-58 coaxial cable. Line Item 0004 ? Connector, Plug, K-LOC, Qty: 200 each, Kings PN: 1075-1, Brand Name Only. Line Item 0005 ? Receptacle, Bulkhead, K-LOC, Qty: 300 each, Kings PN: 1074-1. Delivery required is 12 weeks after receipt of order or sooner. Delivery shall be FOB: Destination (price is inclusive of all shipping charges) and delivered for Defense Threat Reduction Agency /TDTDL, c/o Honeywell, Attn: Antoinette Van Landingham, 505-679-4551, Deliveries only Mon ? Thurs, 8:00am ?3:00pm, Corner of Range Roads 7 & 20, Stallion Range Center, US Highway 380, San Antonio, NM 87832 with final inspection and acceptance at destination. The following FAR provisions clauses and addenda apply to this acquisition: 52.212.1 ? Instructions to Offerors ? Commercial Items, 52.212-2 ? Evaluation ? Commercial Items. The Government will award a purchase order resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government price and other factors considered. The following factors shall be used to evaluate offers: (1) lowest price brand name products (2) past performance ? offerors shall provide with their quote three Government or Private Industry references complete with Point of Contact, Phone Number, Contract Number, Amount of Contract, and Items provided. Offerors must include with their offer a completed copy of the provisions at FAR 52.212-3 ? Offeror Representations and Certifications ? Commercial Items. Other applicable clauses: 52.212-4 ? Contract Terms and Conditions ? Commercial Items, 52.212-5 ? Contract Terms and Conditions required to Implement Statutes or Executive Orders ? Commercial Items and with the following applicable FAR clauses: 52.222-19 Child Labor ? Cooperation with Authorities and Remedies, 52.222-21 ? Prohibition of Segregated Facilities, 52.222-26 ? Equal Opportunity, 52.222-35 ? Affirmative Action for Disabled Veterans and Veterans of the Vietnam Era; 52.222-36 - Affirmative Action for Workers with Disabilities; 52.222-37 - Employment Reports on Disabled Veterans and Veterans of Vietnam Era; 52.225-13 ? Restriction on Certain Foreign Purchases; 52.232-33 ? Payment be electronic Funds Transfer ? Central Contractor Registration; 52.243-1 ? Changes ? Fixed Price, 52.246-1 ? Contractor Inspection Requirement; 52.246-16 ? Responsibility for Supplies; 52.247-34 ? FOB Destination; Additionally, each offeror shall include a complete copy of Defense FAR Supplement (DFARS) Provision 252-212-7000 ? Offeror Representations and Certifications ? Commercial Items. The Following clauses and addenda apply to this acquisition. DFARS252.212-7001 ? Contract Terms and Conditions Required to Implement Statutes or Executive Orders applicable to Defense Acquisitions of Commercial Items, Paragraph (b), 252.204-7004 ? Required Central Contractor Registration; 252.225-7001 ? Buy American Act and Balance of Payment Program; 252-247-7023 ? Transportation of Supplies by Sea (10 U.S.C. 2631), and 252.247-7024 ? A Notification of Transportation of Supplies by Sea. Additional contract requirements are as follows: (1) Vendors shall extend to the Government the full coverage of any standard commercial warranty normally offered in a similar commercial sale provided such warranty is available at no additional cost to the Government; (2) Include a Delivery Schedule and the Discount/Payment Terms; (3) Include name of and be signed by an authorized company representative along with telephone number, facsimile number; (4) Include Taxpayer Identification Number (TIN), Cage Code Number, and Duns Number; (5) In accordance With DFARS 204-73, Vendor must be registered in Central Contractor registration (CCR). For Solicitations Issued after 31 May 1998, DoD will no longer award contracts t vendors not registered in the CCR Database. Registration may be done by accessing the CCR via the Internet at http://www.ccr2000.com. This is a DO-C9E rated order. This acquisition will be processed in accordance with Simplified Acquisition Procedures. Offers shall be forwarded to the following address no later than 2:00pm (MST) COB: 27 Aug 03 to Emelda Armijo, 1680 Texas Street SE, Kirtland AFB, NM 87117-5669. (Faxed quotes are acceptable, 505-846-4246). E-mail is emelda.armijo@ao.dtra.mil. The anticipated award date is 3 Sep 03. Responsible sources may submit a quote, which shall be considered by this agency. See Note 1.
 
Place of Performance
Address: DTRA/TDTDL, c/o Honeywell, Corner of Range Roads 7 & 20, Stallion Range Center, US Highway 380, San Antonio, NM
Zip Code: 87832
 
Record
SN00400085-W 20030815/030813214209 (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.