Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 04, 2004 FBO #0860
SOLICITATION NOTICE

58 -- Communication Interface Unit, CA-67A/U

Notice Date
4/2/2004
 
Notice Type
Solicitation Notice
 
NAICS
334290 — Other Communications Equipment Manufacturing
 
Contracting Office
US Army Communications-Electronics Command, CECOM Acquisition Center - DAAB07, ATTN: AMSEL-AC, Building 1208, Fort Monmouth, NJ 07703-5008
 
ZIP Code
07703-5008
 
Solicitation Number
W15P7T-04-R-H011
 
Response Due
4/20/2004
 
Archive Date
6/19/2004
 
Point of Contact
stefanie.pavao, 732-532-2570
 
E-Mail Address
Email your questions to US Army Communications-Electronics Command, CECOM Acquisition Center - DAAB07
(stefanie.pavao@mail1.monmouth.army.mil)
 
Small Business Set-Aside
N/A
 
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 this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. This procurement is a Request for Proposal W15P7T-04-R-H011. The Government intends to solicit on a sole source basis under the authority of FAR 6.302-1, Only one responsible source to St ar Dynamic Corporation. This solicitation document incorporates provisions and clauses of the FAR in effect through Federal Acquisition Circular 2001-20. The U.S. Army CECOM intends to procure up to 10,000 each Communication Interface Unit CA-67 A/U. NSN 5895-01-443-5081. The range quantities are as follows: 1-99, 100-250, 251-500, 501-999, 1000-1999, 2000-2999, 3000-10000. CLIN 0001 is CA-67A/U Communication Interface Unit for up to 10,000 each. CLIN 0002 is Scientific and Technical Reports in accordan ce with CDRL Exhibit A. CLIN 0003 is Bar Code Identification Report in accordance with CDRL Exhibit B. This will be a five-year firm fixed price Indefinite Delivery, Indefinite Quantity type contract. Agreed upon prices will apply to all years of the contract. Shipment is FOB origin. Delivery will be 270 days after award delivered to New Cumberland Army Depot. The guaranteed minimum under this contract will be 2000 each. Packaging shall be Military Packaging in accordance with CECOM Special Packaging Instruction (SPI)AG00000573. The contractor shall submit a Certificate of Conformance for the hardware delivery for this contract to certify that these items will meet the same requirement as those delivered under previous production contract (contract number DAAB07-02-D-A760) for the same item in form fit and function with CA-67 A/U, TA-1035, and TA-1042. The contractor shall provide one-year commercial warranty at no extra cost to government for all hardware acquired under this contract. Contractor personnel will have obtained a SECRET security clearance prior to arrival and provide documentation provin g security clearance and valid need to know established. PROVISIONS AND CLAUSES applicable to this acquisition are: FAR 52.212-1, Instructions to Offerors-Commercial; FAR 52.212-3, Offeror Representations and Certifications-Commercial Items; FAR 52.212-4, Contract Terms and Conditions-Commercial Items; FAR 52.2 12-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items; FAR 52.204-07 Central Contractor Registration. FAR 52.227-01, Authorization and Consent; FAR 52.227-02 Notice and Assistance Regarding Patent and Copy right Infringement; FAR 52.227-03, Patent Indemnity; FAR 52.227-06, Royalty Information; FAR 52.227-09 Refund of Royalties; FAR 52.215-21, Requirements for Cost or Pricing Data or Info other than Cost or Pricing data, Modifications; FAR 52.215-21 Requireme nts for Cost/Pricing or Info Other than Cost or Pricing Data, Modifications and Alt II; FAR 52.215-20 Requirements for Cost or Pricing Data or Information Other than Cost or Pricing Data; FAR 52.215-20, Requirements for Cost or Pricing Data or Info Other t han Cost/Pricing Data & Alt. III; DFARS 252.211-7004 Alternate Preservation, Packaging and Packing. DFARS 252.227-7014, Rights in Noncommercial Computer Software and Noncommercial Computer Software Documentation; DFARS 252.227-7016 Rights in Bid or Propos al Information; DFARS 252.227-7019, Validation of Asserted Restrictions-Computer Software; DFARS 252.227-7027, Deferred Ordering of Technical Data or Computer Software; DFARS 252.227-7028, Technical Data or Computer Software Previously Delivered to the Gov ernment; DFARS 252.227-7030, Technical Data-Withholding of Payment; DFARS 252.227-7036, Declaration of Technical Data Conformity; DFARS 252.227.7037, Validation of Restrictive Markings on Technical Data. The following are local CECOM clauses an d may be requested from the Contract Specialist: 52.7047 Bar Code Marking; 52.6101 Alternate Pricing with Alternate Commercial Packaging; 52.7033 Preservation, Packing and Marking Instructions; 52.7041 Conditions for Acceptability of Commercial Packaging; 52.7037 Packaging Waivers or Deviations; 52.6106 Packaging Evaluation; 52.7048 Insect Infestation Prevention; 52.7029 Preservation, Packing, and Marking Instructions. FULL TEXT OF THE ABOVE PROVISIONS AND CLAUSES, WITH NOTED EXCEPTION REGARDING LOCAL CLAU SES, MAY BE OBTAINED BY ACCESSING THE FOLLOWING INTERNET WEBSITES: http://www.arnet.gov/far/ or http://www.acq.osd.mil/dpap/dfars/index.htm. Attachments to this request for proposal can be found at the Army Single Face to Industry Page (ASDI) at https://a bop.monmouth.army.mil. Under Solicitations select CECOM Comm-Elect Comm-Active, then select W15P7T-04-R-H011. Point of contact for this requirement is Contract Specialist, Stefanie Pavao, 732-532-2570 or via e-mail Stefanie.Pavao@mail1.monmouth.army.mil. Quotes should be submitted through the governments Interactive Business Opportunities Page (IBOP) by April 20, 2004 by 1400 hours. Also include a completed copy of FAR provision 52.212-3, Offeror Representations and Certifications-Commercial Items. See Note 22.
 
Place of Performance
Address: US Army Communications-Electronics Command, CECOM Acquisition Center - DAAB07 ATTN: AMSEL-AC, Building 1208 Fort Monmouth NJ
Zip Code: 07703-5008
Country: US
 
Record
SN00559185-W 20040404/040402212315 (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.