Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 30, 2005 FBO #1220
SOLICITATION NOTICE

36 -- Test Track, Down Draft Dryer, Defroster, Blower and Side Draft, Test Track Dryer, Blower. Jet engine for both is Westinghouse J-34-34.

Notice Date
3/28/2005
 
Notice Type
Solicitation Notice
 
NAICS
333999 — All Other Miscellaneous General Purpose Machinery 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-0030
 
Response Due
4/14/2005
 
Archive Date
6/13/2005
 
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 13.5 Test Program for Certain Commercial Items, a s supplemented 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. This requirement is being issued under the Simplified Acquisition Procedures as a Brand Name or Equal for the Westinghouse Jet Engine J-34-34 per FAR 52.211-6. It is strongly advised that you review FAR Clause 52.211-6 Brand Name or Equal (Aug 1999) for information regarding what must be incl uded with your quote if you are submitting an equal to offer. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-01 dated 9 March 2005 and Defense Federal Acquisition Regul ation (DFAR) Supplement, 1998 edition, current to DCN 20050222. This acquisition is 100% Small Business Set-Aside. The North American Industry Classification System (NAICS) is 333999 with a size standard of 500 employees. All prospective offerors must be a ctively registered in the Central Contractor Registration. Offerors may register online at https://www.bpn.gov/CCR/scripts/index.html. The proposal shall consist of two Contract Line Item Numbers (CLIN). CLIN 0001, Quantity: 1, Unit of Issue: Each, Descrip tion: Test Track, Down Draft Dryer, Defroster, Blower. Jet engine type is a Westinghouse J-34-34. CLIN 0002, Quantity: 1, Unit of Issue: Each, Description: Side Draft, Test Track Dryer, Blower. Jet engine type is a Westinghouse J-34-34. The Specificati ons for CLINS 0001, 0002, and CSS are located at the U.S. Army Contracting Agency Yuma web site www.yuma.army.mil/contracting/rfp.html. The contract award will be firm fixed price. CLINs 0001 and 0002 will be delivered to U.S. Army Fort Greely, Alaska. Vendors shall include all transportation costs in their proposals. Vendors that are subject to the Arizona Transaction Privilege Tax must include that cost in their RFQ. All RFQs shall be clearly marked with RFQ number W9124R-05-T-0030 and emailed to Mic hael.McDaniel@yuma.army.mil or sent by facsimile to 928-328-6849 no later than 14 April 2005, Noon Mountain Standard Time (MST). In addition, all technical questions concerning this requirement must be emailed to Michael.McDaniel@yuma.army.mil no later th an 6 April 2005, Noon MST. Offerors that fail to furnish required representations or technical information as required by this solicitation and FAR Clause 52.212-1 cited below or reject the terms and conditions of this solicitation may be excluded from co nsideration. 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 (Jan 2005). Note: In order to complete the Representations and Certifica tions 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 Document and complete FAR provision 52.212-3 Offeror Representations and Certifications Commercial Items (Jan 2005) with Alternate I (Apr 2002) and DFAR 252.212-7000 Offeror Representations and Certification Commercial Items (Nov 1995). An offeror shall complete only paragraph (j) of FAR 52.212-3 if the offeror has completed t he annual representations and certifications electronically at the Online Representations and Certifications Application (ORCA) web site at http://orca.bpn.gov. DFAR 252.225-7002 Qualifying Country Sources as Subcontractors (Apr 2003). DFAR 252.225-7035 B uy American Act Free Trade Agreements Balance of Payments Program Certificate (Jan 2005). FAR 52.215-5 Facsimile Proposals (Oct 1997). FAR 52.247-34 FOB Destina tion (Nov 1991). FAR 52.211-16 Brand Name or Equal (Aug 1999). FAR 52.212-4 Contract Terms and Conditions Commercial Items (Oct 2003). FAR 52.212-2 Evaluation Commercial Items (Jan 1999). Award will be made on a best value basis and the Government reser ves 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 Specifications. Past performance will then be evaluated for all offerors whose technical proposal has been determined acceptable. Price will then be evaluated for offerors whose technical proposal and past performance t hat have been determined acceptable. However, proposals with unreasonable prices will not be considered for technical and past performance evaluations. Unreasonable prices or a history of poor performance can make the most meritorious technical proposal no t the best value. 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 performance 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 52.203-6 Restrictions on Subcontractor Sales to the Government (Jul 1995) with Alternate I (Oct 19 95), 52.219-6 Notice of Total Small Business Set Aside (Jun 2003), 52.219-8 Utilization of Small Business Concerns (May 2004), 52.219-14 Limitations on Subcontracting (Dec 1996), 52.222-3 Convict Labor (Jun 2003), 52.222-19 Child Labor Cooperation with Au thorities 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 2 001), 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 Cent ral Contractor Registration (Oct 2003), and 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 (Jan 2 005) applies to this acquisition, and specifically FAR 52.203-3 Gratuities (Apr 1984), 252.225-7012 Preference for Certain Domestic Commodities (Jun 2004), 252.225-7036 Buy American Act North American Free Trade Agreement Implementation Act Balance of Paym ent Program (Jan 2005). 252.232-7003 Electronic Submission of Payment Requests (Jan 2004), 252.243-7002 Requests for Equitable Adjustment (Mar 1998), 252.247-7023 Transportation of Supplies by Sea (May 2002), and 252.247-7024 Notification of Transportation of Supplies by Sea (Mar 2000). 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
SN00777172-W 20050330/050328212000 (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.