Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 04, 2005 FBO #1378
SOLICITATION NOTICE

59 -- Accelerated Rate Calorimeter (ARC) System

Notice Date
9/2/2005
 
Notice Type
Solicitation Notice
 
NAICS
334515 — Instrument Manufacturing for Measuring and Testing Electricity and Electrical Signals
 
Contracting Office
RDECOM Acquisition Center - Adelphi, ATTN: AMSSB-ACA, 2800 Powder Mill Road, Adelphi, MD 20783-1197
 
ZIP Code
20783-1197
 
Solicitation Number
W911QX-05-T-0208
 
Response Due
9/13/2005
 
Archive Date
11/12/2005
 
Small Business Set-Aside
N/A
 
Description
1. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; p roposals are being requested and a written solicitation will not be issued. (i) The solicitation number is W911QX-05-T-0208. This acquisition is issued as a Request for Quotation. (ii) The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 01-27. (iii) The proposed contract action is for supplies or services for which the Government intends to solicit and negotiate with only one source under authority of FAR 6.302. Interested persons may identify their interest and capability to respond to the r equirement or submit proposals. This notice of intent is not a request for competitive proposals. However, all proposals received within ten (10) days after date of publication of this synopisis will be considered by the Government. A determination by t he Government not to compete this proposed contract based upon responses to this notice is solely within the discretion of the Government. Information received will normally be considered solely for the purpose of determining whether to conduct a competit ive procurement. This acquisition is a sole source to TIAX LLC, 15 Acorn Park, Cambridge, MA 02140-2390 in accordance with FAR 6.302-1. The associated NAICS code is 334515. The small business size standard is 500. (iv) The following is a list of contract line item number(s) and items, quantities and units of measure, (including option(s), if applicable): CLIN 0001 ARC Assembly, Qty: 1 ea, CLIN 0002 Battery Analyzer/Cycler Model 453, Qty: 1 ea, CLIN 0003 ARC Stirri ng System, Qty: 1 ea, CLIN 0004 Installation/Training, Qty 1 Lot, CLIN 0005 Shipping, Qty: 1 Lot, CLIN 0006 Contractor Manpower Reporting, Qty: 1 Lot. (v) Description of requirements for CLIN 0006: Contractor Manpower Reporting: The Office of the Assistant Secretary of the Army (Manpower & Reserve Affairs) operates and maintains a secure Army data collection site where the contractor shall report ALL contractor manpower (including subcontractor manp ower) required for performance of this contract. The contractor is required to completely fill in all the information in the format using the following web address https://contractormanpower.army.pentagon.mil . The required information includes: (1) Contra cting Office, Contracting Officer, Contracting Officer's Technical Representative; (2) Contract number, including task order and delivery order number; (3) Beginning and ending dates covered by reporting period; (4) Contractor name, address, phone number e mail address identify of contractor employee entering data; (5) Estimated direct labor hours (including sub-contractors); (6) Estimated direct labor dollars paid this reporting period (including subcontractors); (7) Total payments (including sub-contractor s); (8) Predominant Federal Service Code (FSC) reflecting services provided by contractor (and separate predominant FSC for each sub-contractor if different); (9) Estimated data collection cost; (10) Organizational title associated with the Unit Identifica tion Code (UIC) for the Army Requiring Activity (the Army Requiring Activity is responsible for providing the contractor with its UIC for the purposes of reporting this information); (11) Locations where contractor and sub-contractors perform the work (spe cified by zip code in the United States and nearest city, country, when in an overseas location using standardized nomenclature provided on website); (12) Presence of deployment or contingency contract language; and (13) Number of contractor and sub-contra ctor employees deployed in theater this reporting period (by country). As part of its submission, the contractor will also provide the estimated total cost (if any) incurred to comply with this reporting requirement. Reporting period will be the period of performance not to exceed 12 months ending September 30 of each government fiscal year and must be reported by 31 October of each calendar year. Contractors may use a direct XML data transfer to the database server or fill in the fields on the website. The XML direct transfer is a format for transferring files from a contractor's systems to the secure web site without the need for separate data entries for each requi red data element at the web site. The specific formats for the XML direct transfer may be downloaded from the web site. (vi) Delivery is requested within 30 days of award. Delivery shall be made to the Army Research Laboratory, 2800 Powder Mill Road, Adelphi, MD 20783-1197. Acceptance shall be performed at ARL, Adelphi, MD by an authorized Government Representative. T he FOB point is Destination. (vii) The following provisions and FAR/DFAR clauses can be obtained at http://www.arl.army.mil/contracts/opport.htm, http://farsite.hill.af.mil/VFFAR1.htm, or http://farsite.hill.af.mil/VFDFARa.htm. (viii) Offerors shall include a completed copy of the provision at FAR 52.212-3, Offeror Representations and Certifications - Commercial Items, and DFARS 252.212-7000, Offeror Representations and Certifications -Commercial Items, with its offer. These c lauses can be obtained at http://www.arl.army.mil/contracts/opport.htm. (ix) The clause at 52.212-4, Contract Terms and Conditions - Commercial Items, applies to this acquisition. (x) The clause at 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items and DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items, applies to this acquisition. The following additional FAR/DFARS clauses cited in this clause are applicable: 52.203-3, 52.222-3, 52.222-19, 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.225-13, 52.232-33, 252 .225-7001, 252.247-7023. (xi) The following additional contract requirement(s) or terms and conditions apply: 52.004-4408, 52.005-4401, 52.032-4418, 52.045-4400. (xii) The following notes apply to this announcement: None. (xiii) Offers are due on 13 Sep 05, by 3:00 pm, Eastern Standard time, via email to cwinkler@arl.army.mil. For information regarding this solicitation, please contact Christi L. Winkler, Contract Specialist, 301-394-3385, cwinkler@arl.army.mil.
 
Place of Performance
Address: US Army Research Laboratory 2800 Powder Mill Road Adelphi MD
Zip Code: 20783-1197
Country: US
 
Record
SN00886076-W 20050904/050902212242 (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.