Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 19, 2005 FBO #1270
SOLICITATION NOTICE

D -- VXI Data Aquisition System Software v2.0 and Integrated Ballistic Data System

Notice Date
5/17/2005
 
Notice Type
Solicitation Notice
 
NAICS
541511 — Custom Computer Programming Services
 
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-0038
 
Response Due
6/16/2005
 
Archive Date
8/15/2005
 
Small Business Set-Aside
Total Small Business
 
Description
This is a Combined Synopsis/Solicitation (CSS) for commercial items 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, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation. Request for Proposals (RFP) are being requested and a written solicitation will not be issued. The solicitation document and incorporate d provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-03 dated 11 April 2005 and Defense Federal Acquisition Regulation (DFAR) Supplement, 1998 edition, current to DCN 20050509. This acquisition is unrestricted. The N orth American Industry Classification System (NAICS) is 541511 with a size standard of $21M in average annual receipts. All 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 two Contract Line Item Numbers (CLIN) 0001, Quantity: 1, Unit of Issue: Each, Description: VXI Data Acquisition system Software v2.0. CLIN 0002, Quantity 1, Unit of Issue: Lot, Description: Int egrated Ballistic Data System. Each Statement of Work (SOW) for CLINs 0001 and 0002 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. Vendors shall include all transportation costs in their proposals. All proposals shall be clearly marked with Request for Proposal number W9124R-05-T-0038 and emailed to Michael.McDaniel@yuma.army.mil or sent by facsimile to 928-328-6849 no later than 16 Jun 2005, Noon Mountain St andard Time (MST). In addition, all questions concerning this requirement must be emailed to Michael.McDaniel@yuma.army.mil no later than 1 Jun 2005, Noon MST. Arizona vendors are to include the Arizona Transaction Privilege Tax. Offerors that fail to furn ish required representations or technical information as required by FAR Clause 52.212-1 cited below or reject the terms and conditions of this solicitation may be excluded from consideration. The following FAR Clauses and Provisions are incorporated by re ference 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 Certifications for the following referenced provisions you must go to the Air Force We b 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 (Mar 2005) with Alternate I (Apr 2002) and DF AR 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 the annual representations and certifications electronically at the Online Repr esentations and Certifications Application (ORCA) web site at http://orca.bpn.gov. FAR 52.212-4 Contract Terms and Conditions Commercial Items (Oct 2003). FAR 52.215-5 Facsimile Proposals (Oct 1997). FAR 52.247-34 FOB Destination (Nov 1991). FAR 52.212-2 E valuation 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  ability to m eet Government requirements; ii) Technical Experience working with Labview and Ballistic Data Systems; iii) Company, Management, and Personnel Qualifications and Experience; iv) Past Performance; and v) Price. Technical proposals will be reviewed for compl iance with the SOW for CLINs 0001 and 0002. Technical Experience will then be evaluated for experience working with Labview and Ballistic Data Systems. Company, Management, and Personnel Experience and Qualifications will then be evaluated. Past Performance will then be evaluated for all offerors whose Technical Capability, Technical Experience, and Company, Management, and Personnel Qualifications and Experience have been determined acceptable. Price will then be evaluated for offerors whose technical proposal and past performance that have been determined acceptable. Proposals with unreasonable prices will not be considered for technical and past performance eva luations. Unreasonable prices or a history of poor performance can make the most meritorious technical proposal not the best value. Further, as non-price factors tend to equalize, price differences become more significant. Offerors shall include in their p roposal, 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, 3) Point of Contact (Name) with Phone Number and Email Address and 4) Brief Synopsis of Project to include price. 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 cite d 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 1995), 52.219-8 Utilization of Small Business Concerns (May 2004), 52.222-3 Convict Labor (Jun 200 3), 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 Vi etnam 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), 52.222 -39 notification of Employee Rights Concerning Payment of Union Dues or Fees (Dec 2004), 52.232-33 Payment by Electronic Funds Transfer Central Contractor Registration (Oct 2003), and 52.232-36 Payment by Third Party (May 1999). DFAR Clause 252.212-7001 Co ntract 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 FAR 52.203-3 Gratuities (Apr 1984), 252.225-7012 Preference for C ertain Domestic Commodities (Jun 2004), 252.232-7003 Electronic Submission of Payment Requests (Jan 2004), 252.247-7023 Transportation of Supplies by Sea (May 2002), and 252.247-7024 Notification of Transportation of Supplies by Sea. If you plan on partici pating 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
SN00809566-W 20050519/050517212318 (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.