Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 13, 2006 FBO #1629
SOLICITATION NOTICE

16 -- The procurement is for Five (5) units of the Magnetic Flux Compensator T-611 (NSN: 6605-00-531-2922) and 17 units of the Induction Compass Transmitter CN405 (NSN: 6605-00-487-4773).

Notice Date
5/11/2006
 
Notice Type
Solicitation Notice
 
NAICS
334511 — Search, Detection, Navigation, Guidance, Aeronautical, and Nautical System and Instrument Manufacturing
 
Contracting Office
US Army C-E LCMC Acquisition Center - DAAB07, ATTN: AMSEL-AC, Building 1208, Fort Monmouth, NJ 07703-5008
 
ZIP Code
07703-5008
 
Solicitation Number
W15P7T-06-Q-F842
 
Response Due
5/25/2006
 
Archive Date
7/24/2006
 
Small Business Set-Aside
Total Small Business
 
Description
This is a COMBINED SYNOPSIS/SOLICITATION for COMMERCIAL ITEMS in accordance with Federal Acquisition Regulations (FAR) Subpart 12.6, as supplemented with additional information included in this notice. This procurement is a 100% total small business set aside IAW 19.502-2. This announcement constitutes the only solicitation; quotations are being requested and a written solicitation will not be issued. This solicitation is a Request for Quotation (RFQ), W15P7T-06-Q-F842. The original procurement posted on 24 April 2006, solicitation number W15P7T-06-Q-F838 has been canceled. The new procurement method and requirements are explained within the Combined Synopsis/Solicitation. The procurement is for a one time buy of Magnetic Flux Compensator CN405 (NSN: 6605-00-487-4773) and Induction Compass Transmitter T-611 (NSN: 6605-00-531-2922). The technical drawings at this point are obsolete; and, will not be available at this time. Th erefore, it is the Governments decision to procure the subject NSNs from a source that have the items completed as is; and, are obtainable promptly for shipping. The shipping schedule will be 20 days After Contract Award. The Small Business size standard is for number employees below 750 for the North American Industry Classification System (NAICS) Code 334511. Description Part # Quantity CN405 Magnetic Flux Compensator NSN: 6605-00-487-4773 17 T611 Induction Compass Transmitter NSN: 6605-00-531-2922 05 Base Total 22 Shipments are to be FOB Destination. All items are to be shipped to 1109 (th) AVCRAD, 139 Tower Ave., Groton-New London Airport, Groton, CT. 06340-5300 Delivery shall be within 20 days after contract award. Packaging and Packing shall be in accordance with Standard Practice for Commercial Packaging (ASTM D 3951-98). PROVISIONS AND CLAUSES applicable to this acquisition are as follows: FAR 52.212-1, Instructions to Offerors  Commercial Items (JAN 2005); FAR 52-212-3, Alt 1, Offerors Representations and Certifications, Commercial Items FAR 52.212-4, Contract Terms and Conditions  Commercial Items (OCT 2003); FAR 52-212-5, Contract terms and Conditions Required to Implement Statutes or Executive Orders  Commercial Items (JULY 2005 DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items (JUNE 2005), for Paragraph (b) the following clause applies: 252.225-7001, 252.227-7015, 252.227-703 7, 252.232-7003, 252.243-7002, 252.247-7023; FAR 52.227-01, Authorization and Consent (JULY 1995); FAR 52.227-2, Notice and Assistance Regarding Patent and Copyright Infringement (AUG 1996); FAR 52.7043 Standard Practice for Commercial Packaging; FAR 52.7047 Bar Code Marking; FAR 52.227-3, Patent Indemnity (APR 1984); FAR 52.227-6, Royalty Information (APR 1984); FAR 52.227-9, Refund of Royalties (APR 1984); DFAR 252.227-7015, Technical Data  Commercial Items (NOV 1995); DFAR 252.227-7030, Technical Data  Withholding of Payment (MAR 2000); DFAR 252.227-7037, Validation of Restrictive Markings on Technical Data (SEP 1999); FAR 52.242-15, Stop-Work Order (AUG 1989) DFAR 252.204-7000 Disclosure of Information The following clauses are local Communication-Electronics Life Cycle Management Command (C-E LCMC) clauses and all interested parties shall request a copy from the Contract Specialist; 52.7043, Standard Practice for Commercial Packaging; FULL TEXT OF THESE PROVISIONS AND CLAUSES, WITH NOTED EXCEPTION REGARDING LOCAL CLAUSES, MAY BE OBTAINED BY ACCESSING ANY OF THE FOLLOWING INTERNET WEBSITES: http://www.acq.osd.mil/dpap/dars/dfars/index.htm or http://www.acqnet.gov/far/ . Note: 22 BASIS FOR AWARD: The Government intends to make an award to the Contractor who submits the lowest, responsive quotation, and is deemed acceptable and res ponsible by the Contracting Officer. The Offerors must submit quotations on the full quantity identified. The Contracting Officer reserves the right to make no award under this procedure. These items are in support of the WARFIGHTER Therefore, offers are to be received on May 25 2006 by 3:00 PM. The US Army CECOM has established the IBOP website as part of the Armys Single Face to Industry, to allow electronic posting of Solicitation for Request for Proposals (RFPs), Request for Quotations (RFQs), and Invitations for Bids (IFBs) from CECOM to industry. All parties interested in doing business with CECOM are invited to access, operate, send and receive information from the IBOP at http://abop.monmouth.army.mil The Point of Contact for this action is, Brian Solano, Contract Specialist, 732-532-2924 or brian.solano@us.army.mil.
 
Place of Performance
Address: US Army C-E LCMC Acquisition Center - DAAB07 ATTN: AMSEL-AC, Building 1208 Fort Monmouth NJ
Zip Code: 07703-5008
Country: US
 
Record
SN01046493-W 20060513/060511221041 (fbodaily.com)
 
Source
FedBizOpps 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.