Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 24, 2006 FBO #1671
SOLICITATION NOTICE

17 -- Ground Power Unit

Notice Date
6/22/2006
 
Notice Type
Solicitation Notice
 
NAICS
336413 — Other Aircraft Parts and Auxiliary Equipment Manufacturing
 
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
W9124-06-P-1218
 
Response Due
6/26/2006
 
Archive Date
8/25/2006
 
Small Business Set-Aside
N/A
 
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 Tesla TI2000GPU-24 Ground Power Unit (GPU). Salient characteristics: 1. 28 Volts DC, 25 amp. Continuous power minimum. 2. 24 volt DC, 40 amp. Hr. rechargeable power minimum 3. 2850 peak starting amps minimum 4. Constant power to 20.0 end volts DC one hour minimum 5. Rechargeable w/110-220 AC power 70 amp hour minimum 6. Non-rechargeable 45 amp hour minimum 7. Recharge complete in 3 hours at 110/220 AC power 8. Dimensions: 36L x 15W x 16H 9. Maximum weight: 120 lbs., The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-05 (January 5,2006) and Defense Federal Acquisition Regulation Supplement (DFARs) current to DCN20051220 edition. Governm ent Visa Payment Card is the preferred method of payment. The North American Industry Classification System (NAICS) is 336413 with a size standard of 1000. Quotes shall be clearly marked W9124R-06-P-1218 Ground Power Unit and emailed to steve.tirone@yuma. army.mil or via facsimile (928) 328-6849 no later than COB June 26, 2006. Offerors who fail to furnish the required representations 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 to the solicitation will be the most advantageous to the Government based on acceptability and price. The following FAR Clause s and Provisions are incorporated by reference and apply to this acquisition: FAR provision 52.212-1, Instructions to Offerors Commercial Items (Jan 2006), FAR 52. 212-4, Contract Terms and Conditions - Commercial Items (Sep 2005), FAR 52.217-5 Evaluation of Options (Jul 1990), FAR 52.217-9 Option to Extend the Term of the Contract (Mar 2000), FAR 52.222-19, Child Labor- Cooperation with Authorities and Remedies (Jan 2006), 52.222-21 Prohibition of Segregated Facilities (Feb 1999), 52.222-26 Equal Opportun ity (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 (June 1998), 52.222-37, Employment Reports on Speci al Disabled Veterans, and Veterans of the Vietnam Era, another Eligible Veterans (Dec 2001), FAR 52.232-33, Payment 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 Terms and Conditions Required to Implement Statutes of Executive Orders Applicable to Defense Acquisitions of Commercial Items (Sep 2005), 252.2 25-7001, Buy American Act and Balance of Payments Program (Jun 2005), 252.225-7036, Buy American Act-North American Free Trade Agreement Implementation Act--Balance of Payments (Jun 2005), 252.243-7001, Price of Contract Modifications (Dec 1991) and 252.24 3-7002, Requests for Equitable Adjustments (Mar 1998) also apply to this solicitation. The Representations and Certifications required for this solicitation must be completed and submitted with your solicitation bid. Note: In order to complete the Repres entation and Certifications, 52.212-3 Offeror Representations and Certifications Commercial Items (Mar 2005) 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 acquisition you are required to pro vide 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
SN01075700-W 20060624/060622221305 (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.