Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 13, 2005 FBO #1234
SOLICITATION NOTICE

99 -- Computer(s) , Antennas & Install Kit

Notice Date
4/11/2005
 
Notice Type
Solicitation Notice
 
NAICS
334119 — Other Computer Peripheral Equipment Manufacturing
 
Contracting Office
Other Defense Agencies, U.S. Special Operations Command, Technical Applications Contracting Office (TAKO), ATTN: AMSAM-TASO-K Lee Boulevard, Building 401, Fort Eustis, VA, 23604-5577
 
ZIP Code
23604-5577
 
Solicitation Number
H92241-05-Q-0004
 
Response Due
4/14/2005
 
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. The solicitation number is H92241-05-Q-0004. The solicitation is issued as an request for quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-01, Effective 8 Apr 2005 and FAC 2005-02, Effective 23 Mar 2005 & Class Deviation 2005-o0001. The associated NAICS code is 334511 and small business size standard is 750. The Contract Line Item Number(s), items, quantities and units of measure are as follows: CLIN 0001: WX-500 Processor Unit, P/N: 805-11500-001, Qty: 22 Each; CLIN 0002: NY-163 Antenna (Black), P/N: 805-10930-002, QTY: 22 Each and CLIN 0003: WX-500 Install Kit, P/N: 817-11500-001, QTY: 22 Each. Desired delivery is 31 July 2005. Delivery to: Bluegrass Station, Attn: E. Butcher, CAAs, 5749 Briar Hill Road, Bldg. 221, Door 12, Lexington, KEY 40516-9723. Inspection and acceptance: Origin. FOB: Destination. The provision at 52.212-1, Instructions to Offerors-Commercial, applies to this acquisition and any addenda to the provision. The provision at 52.212-2, Evaluation ? Commercial Items, is applicable to this requirement and the specific evaluation criteria is price. Offeror(s) are advised to include a completed copy of provision 52.212-3, Offeror Representations and Certifications-Commercial Items, 5652.204-900 Individual Authorized to Sign and 5652.242-9001 Defense Contract Management Agency (DCMA) with its offer. The clause at 52.212-4, Contract Terms and Conditions-Commercial Items, applies to this acquisition and following addenda to this clause: CREDIT CARD PAYMENT Supplies and/or services to be provided shall be paid via an I.M.P.A.C.T. VISA Credit Card. The Contractor shall: 1. Provided total charges, including shipping and handling costs, if applicable. 2. Include a package slip if the order is shipped. 3. Include the following on the order?s shipping label: (a) Cardholder?s name, office, billing address and office telephone number and (b) the term ?Government Credit Card?; however, the purchase Card Account Number SHALL NOT be shown under any circumstances or record of the account number kept on file. Upon the delivery of supplies or completion of services the contractor shall fax or mail payment invoices to the following address: Technology Applications Contracting Office, Attn: AMSAT-D-TK/Laura E. McGrew, Bldg. 401 Lee Blvd., Ft. Eustis, VA 23604-5577, FAX Number: 757-878-4199. Within 15 days after receipt of a complete invoice, a representative of the contracting office shall verbally provide the following information to the Contractor?s Representative: 1. Credit Card Number, 2.Card Holder Identification, 3. Expiration Date of the Credit Card. NOTE: Contractor?s may not invoice the Government for supplies or services until after the supplies have been delivered OR service have been rendered. Does Contractor Accept Government Credit Card As A Form of Payment? ___ YES / ___ NO. The clause at 52.212-5, Contract Terms and Conditions Required To Implement Statutes Or Executive Orders ? Commercial Items, applies to this acquisition and the following additional FAR clauses cited in the clause are applicable 52.203-6 Restrictions on Subcontractor Sales to the Government; 52.219-8 Utilization of Small Business Concerns; 52.222-3 Convict Labor; 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 Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans; 52.222-36 Affirmative Action for Workers with Disabilities; 52.222-37 Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era and Other Eligible Veterans; 52.222-39 Notification of Employee Rights Concerning Payment of Union Dues or Fees; 52.223-9, Estimate of Percentage of Recovered Material Content for EPA-Designated Products; 52.225-13 Restrictions on Certain Foreign Purchases; 52.225-15 Sanctioned European Union Country End Products; 52.232-36 Payment by Third Party; 52.233-3 Protest After Award and 52.233-4 Applicable Law for Breach of Contract Claim. The following additional contract requirement(s) or terms and conditions determined by the contracting officer to be necessary for this acquisition and consistent with customary commercial practices apply to this requirement: 5652.209-9002 Use of Contractor Support/Advisory Personnel for Review of Proposals; 5652.215-9016 Technical and Contractual Questions Concerning This Solicitation; 5652.232-9003 Instructions to Paying Office; 5652.232-9004 Distribution of Vouchers/Invoices; 5652.233-9000 Independent Review of Agency Protests; 5652.246-9000 Marking of Warranted Items; 5652.247-9000 Packaging & Marking ? F.O.B. Destination and 5652.252-9000 Notice of Incorporation of Section K. The Defense Priorities and Allocations System (DPAS) and assigned rating is DOA1. The applicable Number Note(s) are: 22. The date, time and place offers are due no later than 3:00pm local time the 14th April 2005 at Technology Applications Contracting Office, Bldg. 401 Lee Blvd., Ft. Eustis, VA 23604-5577. The name and telephone number of the individual to contact for information regarding this requirement is Laura McGrew, (757) 878-5223 Ext: 247.
 
Place of Performance
Address: U.S.
Country: U.S.
 
Record
SN00786218-W 20050413/050411212814 (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.