Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 16, 2005 FBO #1390
SOLICITATION NOTICE

72 -- Plasma Television, Smart Board, Speakers, and Mount

Notice Date
9/14/2005
 
Notice Type
Solicitation Notice
 
NAICS
443112 — Radio, Television, and Other Electronics Stores
 
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-0061
 
Response Due
9/19/2005
 
Archive Date
11/18/2005
 
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 Federal Acquisition Regulation (FAR) Part 12  Acquisition of Commercial Items and Part 13  Simplified Acquisition Procedures, as supplemen ted with additional information included in this notice. This CSS is being issued as a Brand Name or Equal in accordance with FAR provision 52.211-6 Brand Name or Equal (Aug 1999). This announcement constitutes the only solicitation and a written solicita tion will not be issued. The United States Army Yuma Proving Ground (USAYPG) has a requirement for the purchase of one (1) new NEC model PX-61MX3A Plasma Monitor, one (1) new NEC PX-61SP-1U Speaker Set, one (1) new NEC 61XM2/S Tilt Wall Mount, and one (1) new NEC PX-61MP1 Smart Board. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2001-25 (27 July 05) and Defense Federal Acquisition Regulation Supplement (DFARs) current to DC N20050726 edition. Government Visa Payment Card is the preferred method of payment. Standard Industry Classification Code (SIC) is 5731 and The North American Industry Classification System (NAICS) is 443112 with a size standard of $7.5 million. Quotes s hall be clearly marked W9124R-05-T-0061 Plasma Monitor and emailed to steve.tirone@yuma.army.mil or via facsimile (928) 328-6849 no later than 3:00 P.M Mountain Standard Time (MST) September 19,2005. Offerors who fail to furnish the required representatio ns or information as required by 52. 212-1, 52.212-3, and 52.212-7001 cited below, or reject terms and conditions of this CSS may be excluded from consideration. The Government intends to award a contract to the responsible bidder whose quote conforming t o the solicitation will be the most advantageous to the Government based on acceptability and price. The following FAR Clauses and Provisions are incorporated by reference and apply to this acquisition: FAR provision 52.212-1, Instructions to Offerors Co mmercial Items (Jan 2005), FAR 52. 212-4, Contract Terms and Conditions required to Implement Statutes or Executive Order Commercial Items (Jul 2005), FAR 52.217-5 Evaluation of Options (Jul 1990), FAR 52.217-9 Option to Extend the Term of the Contract (Ma r 2000), FAR 52.222-19, Child Labor- Cooperation with Authorities and Remedies (June 2004), 52.222-21 Prohibition of Segregated Facilities (Feb 1999), 52.222-26 Equal Opportunity (Apr 2002), 52.222-35, Affirmative Action for Disabled Veterans and Veterans of the Vietnam Era (Dec 2001), 52. 222-36, Affirmative Action for Workers with Disabilities (June 1998), 52.222-37, Employment Reports on Special Disabled Veterans, and Veterans of the Vietnam Era, another Eligible Veterans (Dec 2001), FAR 52.232-33, Payme nt by Electronic Funds Transfer Central Contractor Registration (Oct 2003), 52-232-34, Payment by Electronic Funds Transfer other than Central Contractor Registration (May 1999), 52.232-36, Payment by Third Party (May 1999). DFARS 252.212-7001, Contract T erms and Conditions Required to Implement Statutes of Executive Orders Applicable to Defense Acquisitions of Commercial Items (Sep 2005), 252.225-7001, Buy American Act and Balance of Payments Program (Jun 2005), 252.225-7036, Buy American Act-North Americ an Free Trade Agreement Implementation Act--Balance of Payments (Jun 2005), 252.243-7001, Price of Contract Modifications (Dec 1991) and 252.243-7002, Requests for Equitable Adjustments (Mar 1998) also apply to this solicitation. The Representations and C ertifications required for this solicitation must be completed and submitted with your solicitation bid. Note: In order to complete the Representation and Certifications 52.212-3 (Mar 2005), Offeror Representations and Certifications Commercial Items and DFARs 252.212-7000, Offerors Representation and Certifications Commercial Items (Jun 2005) you must go to the Air Force Web Site at http://farsite.mhill.af. mil/VFFAR1.HTM; an alternate web site is www.arnet.gov/far/ use Current FAR in HTML or PDF format. Locate the referenced clauses, copy and paste it to a Word document and complete. After reviewing the solicitation if you plan on participating in this ac quisition you are required to provide your name, address, phone number, and e-mail address via e-mail or facsimile to the address provided herein 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
SN00895161-W 20050916/050914212518 (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.