Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 15, 2005 FBO #1389
SOLICITATION NOTICE

59 -- Electronic Components

Notice Date
9/13/2005
 
Notice Type
Solicitation Notice
 
NAICS
423690 — Other Electronic Parts and Equipment Merchant Wholesalers
 
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-0059
 
Response Due
9/21/2005
 
Archive Date
11/20/2005
 
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 Simplified Acquisition Procedures, as suppleme nted with additional information included in this notice. This announcement constitutes the only solicitation. Request for Quotation (RFQ) are being requested and a written solicitation will not be issued. This requirement is being issued under the Simplif ied Acquisition Procedures as a Brand Name or Equal 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 included with your quote if you are submitting an equal t o offer. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-05 and Class Deviation 2005-o0001 dated 27 July 2005 and Defense Federal Regulation (DFAR) Supplement, current to DCN 20050901 edition. The awarded contract will be firm fixed price. It is anticipated that payment will be made by Government Visa Credit Card. This commercial item acquisition is a 100% Small Business Set-Aside. The North American Industry Classificat ion System (NAICS) is 423690 with a size standard of 500 employees. All prospective offerors must be actively registered in the Central Contractor Registration. Offerors may registrar online at https://www.bpn.gov/CCR/scripts/index.html and as an attachme nt on Federal Business Opportunity Website http://www.eps.gov/ The quotation shall consist of eight Contract Line Item Number (CLIN) 0001, Quantity: 250, Unit of Issue: Each, Description: Isolated BNC Adapter Jack to Jack 50 OHMS Amphenol Part Number 31-4 803-RFX (CLIN) 0002, Quantity: 400, Unit of Issue: Each, Description: Receptacle Free Hanging 9-Pin Tyco Part Number 206705-2 (CLIN) 0003, Quantity: 36, Unit of Issue: Box, Description: Contact Pins Tyco Part Number 1-66107-0 (CLIN) 0004, Quantity: 50, Uni t of Issue: Reel, Description: Belden Coax Cable RG-58, 50 OHMS Belden Cable Co. Part Number 9806 (CLIN) 0005, Quantity: 200, Unit of Issue: Each, Description: Plug Free Hanging 9-Pin Tyco Part Number 206708-1 (CLIN) 0006, Quantity: 200, Unit of Issue: Eac h, Description: Square Flange w/ Hole Plug 9-Pin Tyco Part Number 206705-1 (CLIN) 0007, Quantity: 800, Unit of Issue: Each, Description: Clamp Cable Tyco Part Number 206966-1 (CLIN) 0008, Quantity: 36, Unit of Issue: Box, Description: Contact Socket Tyco Part Number 1-66109-6 CSS are located at the U.S. Army Contracting Agency Yuma website www.yuma.army.mil/contracting/rfp.html If you provide a quotation for other than the Brand Name specified for the electronic components you must provide technical inform ation and/or descriptive literature about the product you propose so that a technical determination can be made in the review process. All proposals shall include transportation costs to U.S. Army Yuma Proving Ground, Yuma, AZ 85365. Arizona vendors are t o include the Arizona Transaction Privilege Tax. All proposals shall be clearly marked with Request for Quotation referencing number W9124R-05-T-0059 and emailed to Tejae.Craig@yuma.army.mil or sent by facsimile to 928-328-6849 no later than the 21st of S eptember 2005 at 12:00 pm noon Mountain Standard Time (MST). In addition, all technical questions concerning this requirement must be emailed to Tejae.Craig@yuma.army.mil no later than the 15th of September 2005 at 12:00 pm noon Mountain Standard Time (MS T). Offerors that fail to furnish 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 Pro visions are incorporated by reference and apply to this acquisition. FAR provision 52.212-1 Instructions to Offerors of Commercial Items (Jan 2005) and FAR prov ision 52.212-3 Offeror Representations and Certifications Commercial Items (Jan 2005) with Alternate I (Apr 2002). (Note: In order to complete the Representations and Certifications for the referenced provisions you must go to the Air Force Web Site at htt p://farsite.hill/af.mil/Vffar1.htm locate the referenced provision, copy and paste it to a Word Document and complete) An offeror shall complete only paragraph (j) of FAR 52.212-3 if the offeror has completed the annual representations and certifications e lectronically at the Online Representations and Certifications Application (ORCA) website at http://orca.bpn.gov FAR 52.212-4 Contract Terms and Conditions Commercial Items (Oct 2003) applies to this acquisition, addendas attached are: FAR 52.211-6 Brand Name of Equal (Aug 1999) and FAR 52.247-34 FOB Destination (Nov 1991). Pursuant to FAR 52.212-2 Evaluation 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 lowest 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 capability is considered the most important evaluation for this ac quisition, past performance is second in order of importance, and third is price. 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 p roposal and past performance that have been determined acceptable. Unreasonable prices of 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 b ecome more significant. Offerors shall include in their proposal, past performance information on at least three 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 of 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 52.222-3 Convict Labor (Jun 2003), 52.222-19 Child Labor Cooperation with Authorities and Remedies (Jun 2004), 52.222-21 Prohibition of Segregated Facilities (Feb 1999), 52.222-26 E qual Opportunity (Apr 2002), 52.222-35 Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam 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), 52.232-33 Payment by Electronic Funds Transfer-Central Contractor Registration (Oct 2003), 52.232-36 Payment by Third Party (May 1999). DFAR Clauses 252.212 -7001 Contract Terms and Conditions Required to Implement Statues of Executives Orders Applicable to Defense Acquisitions of Commercial Items (Dec 2004) applies to this acquisition, and specifically 252.225-7001 Buy American Act Trade Agreements Balance of Payments Program (Apr 2003) and 252.232-7003 Electronic Submission Payment Requests (Jan 2004) and 252.247-7023 Alt III (May 2002). If you plan on participating in this acquisition you are required to provide your name, address, phone number, and email ad dress to Tejae Craig via email to Tejae.Craig@yuma.army.mil or by facsimile (928) 328-6849. 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
SN00893994-W 20050915/050913212437 (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.