Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 29, 2005 FBO #1280
SOLICITATION NOTICE

59 -- MISC ELECTRICAL

Notice Date
5/27/2005
 
Notice Type
Solicitation Notice
 
NAICS
335999 — All Other Miscellaneous Electrical Equipment and Component Manufacturing
 
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-05-T-0608
 
Response Due
6/6/2005
 
Archive Date
8/5/2005
 
Small Business Set-Aside
Total Small Business
 
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 a solicitation, and proposals ar e being requested. This acquisition is issued as a Request for Proposal (RFP). The combined synopsis/solicitation number is W91ZLK-05-T-0608. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisitio n Circular (FAC) 97-27. The associated North America Industry Classification System (NAICS) Code is 335999 and the Business Size Standard is 500. The Government contemplates award of a firm-fixed priced contract resulting from this combined synopsis/solic itation. CLIN 1. Cisco Catalyst 2940-8TF-S 8 Port Switch, (Mfg. Part #: WS-C2940-8TF-S), QTY 100; CLIN 2. Cisco Catalyst 2940-8TF-S SmartNET 8x5xN BD Support (Mfg. Part #: CON-SNTE-C294 08TF), QTY 100; CLIN 3. Cisco Catalyst WS-3550-24-FX-SMI 24 Po rt 100Base-FX Switch (Mfg. Part #: WS-35 50-24-FX-SMI), QTY 4; CLIN 0004. Cisco Catalyst WS-3550-24-FX-SMI SmartNE T 8x5xNBD Support (Mfg. Part #: CON-SN TE-C3550-24F), QTY 4; CLIN 0005. Premise Networking Cabinet, 78 H x 31.75 D, Black (Mfg. Part #: HPW78C19X30), QTY 1; CLIN 0006. Caliente Heatsmarter.com 12V 20W Forced Convection Heater (Mfg. Part #: FCH12D 20), QTY 100; CLIN 0007. Action Electronics Transformer for Heate rs (120V to 12VDC) (Mfg. Part #: CR-45 -752), QTY 100; CLIN 0008. Amphenol Outdoor Through Bulkhead Shield ed RJ-45 Receptacle (Mfg. Part #: RJF6 MG), QTY 100; CLIN 0009. Comm/Scope CAT5E STP Armored Shielded Cable 1000' (Mfg. Part #: ECAT5E-2004), QTY 1; CLIN 0010. Lynn Electronics 50/125 Multi-Mode MTRJ to ST 2 Meter Fiber Jumper (Mfg. Part # : MTRJSTDUP50MIC-2M), QTY 100; CLIN 0011. Tyco Electronics 50/125 Multi-Mode Fiber Optic ST Barrel Coupler (Mfg. Part #: 501381-1) 50/PKG, QTY 200. Acceptance shall be at Destination. Shipping shall be FOB Destination. The Gov ernment will also consider contractors price as an indication that the offeror understands the type of supply/service the Government is attempting to purchase. Delivery shall be to the U.S. Army Aberdeen Proving Ground, Md 21005/21010. The following clau ses will be incorporated by reference. 52.209-6 Protecting the Governments Interest When Subcontracting with contractors debarred, suspended or proposed for debarment 52.212-4 Contract Terms and Conditions Commercial Items, 52.223-11 Ozone-Depleting Sub stances, 52-247-34 F.O.B. Destination. The provision at 52.212-1, Instructions to Offerors--Commercial, applies to this acquisition. The contract will be awarded to Low Price Technical Acceptable (LPTA). The government reserves the right to make an award without discussions. The Government reserves the right to award on an all or none basis. The technical evaluation will be a determination as to equality of the product and shall be based on information furnished by the vendor. The government is not res ponsible 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 material (such as cuts, illustrations, drawings, or oth er information) necessary for the government to determine whether the product meets the salient characteristics of the requirement. 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. Offeror shall include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications--Commerci al Items, and DFARS 252.212-7000, Offeror Representation and Certification wit h its offer. The clause at 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders Commercial Items, applies to this acquisit ion. The following 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 fo r HUBZone Small Business Concerns; FAR 52.219-6, Notice of Total Small Business Set-Aside, 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 52.222-2 1 Prohibition of Segregated Facilities (Feb 1999); FAR 52.222-26 Equal Opportunity; FAR 52.222.35 Equal Opportunity for Special Disabled Veterans, Veterans of the Viet nam Era, and other Eligible Veterans (DEC 2001) (38 U.S.C. 4212). 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 52.225-13 Restric tions on Certain Foreign Purchase, FAR 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration (May 1999). DFAR clause Contract Terms and Conditions required to Implement Statutes or Executive Orders applicable to Defense Acquisiti ons of Commercial Items (Jun 2004). The following additional DFAR clauses cited in the clause 252.212-7001 are applicable: 52.203-3 Gratuities,252.225-7001 Buy America and Balance of Payment Program, 252.225-7012 Preference for Certain Domestic Commoditie s, 252.232-7003 Electronic Submission of Payment Requests (Jan 2004)(10 U.S.C. 2227) . The full text of the FAR 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 by 06 JUNE 05, no later than 12:00 PM EST at the US Army Contracting Agency, SFCA-NR-APC-T (Shirley Ziervogel), 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 http://www.bpn.gov/CCRINQ. For questions concer ning this solicitation contact Shirley Ziervogel, Contracting Officer, via email to: shirley.ziervogel@apg.army.mil. NO TELEPHONE REQUESTS WILL BE HONORED. NOTE 1 applies
 
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
SN00817656-W 20050529/050528093236 (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.