Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 10, 2005 FBO #1200
SOLICITATION NOTICE

95 -- 8 Foot Steel Air Drop Platform

Notice Date
3/8/2005
 
Notice Type
Solicitation Notice
 
NAICS
332999 — All Other Miscellaneous Fabricated Metal Product Manufacturing
 
Contracting Office
ACA, Yuma Proving Ground - DABK41, ATTN: SFCA-SR-YM, Directorate of Contracting, Buidling 2100, Ocotillo Street, Yuma, AZ 85365-9106
 
ZIP Code
85365-9106
 
Solicitation Number
W9124R-05-T-0023
 
Response Due
3/18/2005
 
Archive Date
5/17/2005
 
Small Business Set-Aside
Total Small Business
 
Description
This is a Combined Synopsis/Solicitation (CSS) for a commercial item prepared in accordance with the format in the Federal Acquisition Regulation (FAR) Part 12 Acquisition of Commercial Items and Part 13 Simplified Acquisition Procedures, as suppleme nted with additional information included in this notice. This announcement constitutes the only solicitation. Request for Quotations (RFQ) are being requested and a written solicitation will not be issued. The solicitation document and incorporated provis ions and clauses are those in effect through Federal Acquisition Circular (FAC) 2001-27 dated 22 December 2004 and Defense Federal Acquisition Regulation (DFAR) Supplement, 1998 edition, current to DCN 20050222. The awarded contract will be firm fixed pric e. It is anticipated that payment will be made by Government Visa Credit Card. This commercial item acquisition is a 100% Small Business Set-Aside. The North American Industry Classification System (NAICS) is 332999 with a size standard of 500 employees. A ll prospective offerors must be actively registered in the Central Contractor Registration. Offerors may register online at https://www.bpn.gov/CCR/scripts/index.html. The proposal shall consist of one Contract Line Item Number (CLIN) 0001, Quantity: 3, Un it of Issue: Each, Description: 8 Foot Steel Air Drop Platform. The 8 Foot Steel Air Drop Platform Drawing (CAD) and CSS are located at the U.S. Army Contracting Agency Yuma web site www.yuma.army.mil/contracting/rfp.html Note: The Drawing (CAD) has multip le drawings and offerors are to use the requirements for the 8 foot Steel Air Drop Platform. All proposals shall include transportation cost to U.S. Army Yuma Proving Ground, Yuma, AZ 85365. Arizona vendors are to include the Arizona Transaction Privilege Tax. All proposals shall be clearly marked with RFQ number W9124R-05-T-0023 and emailed to Michael.McDaniel@yuma.army.mil or sent by facsimile to 928-328-6849 no later than 18 March 2005, Noon Mountain Standard Time (MST). In addition, all technical questi ons concerning this requirement must be emailed to Michael.McDaniel@yuma.army.mil no later than 14 March 2005, Noon MST. Offerors that fail to furnish required representations or technical information as required by FAR Clause 52.212-1 cited below or rejec t the terms and conditions of this solicitation may be excluded from consideration. The following FAR Clauses and Provisions are incorporated by reference and apply to this acquisition. FAR provision 52.212-1 Instructions to Offerors of Commercial Items (J an 2005). Note: In order to complete the Representations and Certifications for the following referenced provisions you must go to the Air Force Web Site at http://farsite.hill.af.mil/Vffar1.htm locate the referenced clause, copy and paste it to a Word Doc ument and complete FAR provision 52.212-3 Offeror Representations and Certifications Commercial Items (Jan 2005) with Alternate I (Apr 2002). An offeror shall complete only paragraph (j) of FAR 52.212-3 if the offeror has completed the annual representatio ns and certifications electronically at the Online Representations and Certifications Application (ORCA) web site at http://orca.bpn.gov FAR 52.212-4 Contract Terms and Conditions Commercial Items (Oct 2003). FAR 52.247-34 FOB Destination (Nov 1991). 52.21 5-5 Facsimile Proposals (Oct 1997). FAR 52.212-2 Evaluation Commercial Items (Jan 1999), Award will be made on a best value basis and the Government reserves the right to award to other than the low offeror. Paragraph a. of provision 52.212-2 is completed as follows: i) technical capability of the item to meet the requirements of the Government, ii) past performance, and iii) price. Technical proposals will be reviewed for compliance with the drawing. Past performance will then be evaluated for all offerors whose technical proposal has been determined acceptable. However, Proposals with unreasonable prices will not be considered for technical and past performance evaluations. Price will then be evaluated for offerors whose technical proposal and past performance that have been determined acceptable. Unreasonable prices or a history of poor performance can make the most meritorious technical proposal not the best va lue. Further, as non-price factors tend to equalize, price differences become more significant. Offerors shall include in their proposal, past performance information on at least two other contracts in which they provided same or similar items. Past perfor mance information shall include the following: 1) Contract Number, 2) Company/Agency Name and Address, and 3) Point of Contact (Name) with Phone Number and Email Address. FAR 52.212-5 Contract Terms and Conditions required to Implement Statues or Executive Order Commercial Items (Jan 2005) apply to this acquisition. Specific clauses cited in FAR 52.212-5 that are applicable to this acquisition are 52.222-3 Convict Labor (Jun 2003), 52.222-19 Child Labor Cooperation with Authorities and Remedies (Jun 2004), 52.222-21 Prohibition of Segregated Facilities (Feb 1999), 52.222-26 Equal Opportunity (Apr 2002), 52.222-35 Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Dec 2001), 52.222-36 Affirmative Action for Workers with Disabilities (Jun 1998), 52.222-37 Employment reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Dec 2001), 52.232-33 Payment by Electronic Funds Transfer  Central Contractor Registration (Oct 2003), 52.232-36 Payment by Third Party (May 1999). DFAR Clause 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items (Dec 2004) applies to this acquisition, and specifically 252.225-7001 Buy American Act Trade Agreements Balance of Payments Program (Apr 2003), 252.232-7003 Electronic Submission of Payment Requests (Jan 2004), and 252.247-7023 Transportation of Supplies by Sea (May 2002) with Alternate III (May 20 02). If you plan on participating in this acquisition you are required to provide your name, address, phone number, and email address to Michael McDaniel via email to Michael.McDaniel@yuma.army.mil or facsimile (928) 328-6849 for notification of amendments . See Note 1.
 
Place of Performance
Address: ACA, Yuma Proving Ground - DABK41 ATTN: SFCA-SR-YM, Directorate of Contracting, Buidling 2100, Ocotillo Street Yuma AZ
Zip Code: 85365-9106
Country: US
 
Record
SN00764730-W 20050310/050308212409 (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.