Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 16, 2004 FBO #0933
SOLICITATION NOTICE

59 -- PRESSURE TRANSDUCER

Notice Date
6/14/2004
 
Notice Type
Solicitation Notice
 
NAICS
334515 — Instrument Manufacturing for Measuring and Testing Electricity and Electrical Signals
 
Contracting Office
ACA, Aberdeen Proving Ground, Directorate of Contracting, 4118 Susquehanna Avenue, Aberdeen Proving Ground, MD 21005-3013
 
ZIP Code
21005-3013
 
Solicitation Number
W91ZLK-04-T-0558
 
Response Due
6/18/2004
 
Archive Date
8/17/2004
 
Point of Contact
Brenda Fletcher, 410-278-0876
 
E-Mail Address
Email your questions to ACA, Aberdeen Proving Ground
(brenda.j.fletcher@us.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 acquisition is issued as a Request for Proposal (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FA C) 97-27. The associated North America Industry Classification System (NAICS) Code is 334515 and the Business Size Standard is 500. The combined synopsis/solicitation number is W91ZLK-04-T-0558. CLIN 0001: QTY 60, Pressure Transducer, Minature 10-32 Mou nt, 500 psia PN# 8530B-500. CLIN 0002: QTY 50, Pressure Transducer, Minature 10-32 Mount, 200 psia PN#8530B-200. CLIN 0003: Qty 90, Pressure Transducer, Minature, 10-32 Mount, 100 psia PN# 8530C-100. CLIN 0004: QTY 100, Pressure Transducer, Miniature, 1 0-32 Mount, 50 psia PN# 8530C-50. CLIN 0005: QTY 10, Pressure Transducer, Miniature, 10-32 Mount, 1000 psia PN# 8530B-1000. Description of requirements: The above referenced part numbers are those of Endevco Corporation and are being solicited on a Br and Name or Equal Basis. The above characteristics are intended to be descriptive, but not restrictive. Unless clearly marked that the vendor is quoting on an equal the offered item shall be considered as the brand name product referenced in this announc ement. If the vendor proposes to furnish an equal product, the brand name of the product to be furnished shall be inserted on the proposal. Acceptance shall be at Destination. Shipping shall be FOB Destination OVERNIGHT SHIPPING. Delivery shall be to t he U.S. Army, Aberdeen Proving Ground, MD 21005. The provision at 52.212-1, Instructions to Offerors--Commercial, applies to this acquisition. 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 without discussions. Offeror shall include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications-- Commercial Items, and DFARS 252.212-7000, Offeror Representation and Certification with its offer. The clause at 52.212-2, Evaluation--Commercial Items is applicable to this acquisition. The specific evaluation criteria to be included in paragraph (a) of t hat provision are as follows: Technical, past performance and price. Technical and Past Performance when combined are significantly more important than cost or price. The government 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 materials (such as cuts, illustrations, drawings or other information) necessary for the government to determine whet her 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 solicitation the vendor shall include a clear description of such proposed modifications a nd 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 the proposed products to industry or government agencies. Past performance will conside r the ability of the offeror to meet the delivery schedules, warranty, training, and support. 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 cla use at 52.212-4, Contract Terms and Conditions--Commercial Items, applies to this acquisition. The clause at 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders--Commercial Items, applies to this acquisition. The foll owing additional FAR clauses cited in this clause are applicable: FAR 52.203-6, Restrictions on Subcontractor Sales to the Government, with Alternate I (41 U.S.C. 253g and 10 U.S.C. 2402), FAR 52.219-4, Notice of Price Evaluation Preference for HUB Zone Sm all Business Concerns (Jan 1999) (if the offeror elects to waive the preference, it shall so indicate in its offer), FAR 52.219-8, Utilization of Small Business Concerns (15 U.S.C. 637 (d)(2) and (3)); FAR 52.219-14 Limitations on Subcontracting (DEC 1996) 15 U.S.C. 637(a)(14), FAR 52.222-19 Child Labor-Cooperation with Authorities and Remedies; FAR 52.222-21 Prohibition of Segregated Facilities (Feb 1999); FAR 52.222-26 Equal Opportunity; FAR 52.222-35 Affirmative Action For Disabled Veterans and Veterans of the Vietnam Era; FAR 52.222-36 Affirmative Action For Workers with Disabilities; FAR 52.222-37, Employment Reports on Disabled Veterans and Veterans of the Vietnam Era (38 U.S.C. 4212); FAR 52.232-33, Payment by Electronic Funds Transfer-Central Contra ctor Registration (May 1999), DFAR 252.204-7004 Required Central Contractor Registration, DFAR252.243-7001 Pricing of Contract Modifications applies to this acquisition. DFARS 252.212-7001 Contract Terms and Condidtions required to implement statutes or executive orders applicable to defense acquisitions of Commerical Items (JAN 2004) applies to this acquisition. The following DFAR clause cited in this clause are applicable: FAR 52.203-3 Gratuties (APR 1984 10 U.S.C. 2207, DFAR clause 252.225-7001 Buy Am erican Act and Balance of Payment Program, DFARS 252.225-7012 Preference for Certain Domestic Commodities, DFARS 252.225-7016 Restriction on Acquisition of Ball and Roller Bearins, DFARS 252.232-7003 Electronic Submission of Payment Requests and DFARS 252. 247-7023 Transportation of Supplies by Sea. The full text of the FAR 52.252-2 Clauses Incorporated by References may be accessed electronically at this address: http://farsite.hill.af.mil, http://www.arnet.gov/far, and http://www.dtic.mil/dfars. Responses to this RFQ must be signed, dated, and received via electronic mail (brenda.j.fletcher @us.army.mil) or fax (410-278-0900) by 18 June 2004 no later than 3:30 PM EST at the US Army Contracting Agency, SFCA-NR-APC-T (Brenda Fletcher), 4118 Susquehanna Avenue , Aberdeen Proving Ground, MD 21005-3013. Vendors who are not registered in the Central Contractor Registration (CCR) database prior to award will not be considered. Vendors may register with CCR by calling 1-800-334-3414 or by registering online at www.cc r.gov. For questions concerning this solicitation contact Brenda Fletcher, Contract Specialist via email brenda.j.fletcher@us.army.mil, or fax 410-278-0900.
 
Place of Performance
Address: ACA, Aberdeen Proving Ground Directorate of Contracting, 4118 Susquehanna Avenue Aberdeen Proving Ground MD
Zip Code: 21005-3013
Country: US
 
Record
SN00602962-W 20040616/040614212035 (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.