Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 20, 2006 FBO #1697
SOLICITATION NOTICE

38 -- Snowmaking System

Notice Date
7/18/2006
 
Notice Type
Solicitation Notice
 
NAICS
333415 — Air-Conditioning and Warm Air Heating Equipment and Commercial and Industrial Refrigeration 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
W9124R06T0049
 
Response Due
7/25/2006
 
Archive Date
9/23/2006
 
Point of Contact
Maribel, 928-328-6424
 
E-Mail Address
ACA, Yuma Proving Ground - DABK41
(Maribel.Sanchez@yuma.army.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulation (FAR) Part 12.6 Acquisition of Commercial Items and Part 13 Simplified Acquisition Procedures, as supplied with add itional information included in this notice, This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. This requirement is being issued under the Simplified 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 to offer. The solicitation docum ent and incorporated provisions and clauses are those in effect through FAC 2005-11 &Class Deviation 2005-o0001 and Defense Federal Acquisition Regulation Supplement (DFARs) current to DCN 20060711 Edition. The awarded contract will be firm fixed price. It is anticipated that the payment will be made by Government Visa Credit Card. This acquisition is a 100% Small Business Set-Aside. The North American Industry Classification System (NAICS) is 33415 with a size standard of 750 employees. All perspective off erors must be actively registered in the Central Contractor Registration. Offerors may register online at https://www.bpn.gov/CCR/scripts/index.html or http://www.ccr.gov. The proposal shall consist of one Contract Line Item Number (CLIN) 0001, Quantity: 1 , Unit of Issue: Each, Description: Snow Machine Incorporated Mobile Hybrid Electric Test Track Snowmaking System. The specifications are available on the U.S. Army Contracting Agency Yuma Website www.yuma.army.mil/contracting. Item must be delivered to Ft . Greely, AK 99737, Cold Regions Test Center 7 September 2006. If you provide a quotation for other than the Brand Name specified for the vehicle you must provide technical information about the product you propose so that a technical determination can be made in the review process. Failure to provide the evidence of any equivalent product may result in your proposal being excluded from consideration for award. This solicitation is being issued as a Request for Quotation (RFQ). All proposals shall be clearl y marked with RFQ number W9124R-06-T-0049 and emailed to Maribel Sanchez at Maribel.Sanchez@yuma.army.mil or sent by facsimile to 928-328-6849 no later than 2:00 PM Mountain Standard Time (MST), 25 July 2006. In addition, all technical questions concerning this requirement must be emailed to Maribel.Sanchez@yuma.army.mil no later than 2:00 PM MST 19 July 2006. Arizona vendors are to include the Arizona Transaction Privilege Tax. 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 Provisions are incorporated by reference and apply to this acquisition: FAR provision 52.212-1 Instructions to Offerors Commercial Items (Jan 2006). NOTE: In order to complete the Representation and Certification for the following referenced provisions, you may go to the Air force Web site at http://farsite.hill.af.mil/Vffar1.htm, locate th e referenced clause, copy and paste it to a word document and complete FAR provision 52.212-3 Offeror Representations and Certification Commercial Items (Jun 2006) Alternate I (Apr 2002) and DFAR 252.212-7000 Offeror Representations and Certification Comme rcial Items (June 2005). If you are registered in the Online Representations and Certifications (ORCA) website at https://orca.bpn.gov/ and have the information posted you would only have to submit a signed copy of section section J of FAR Clause 52.212-3 in place of 52.212-3. FAR 52.212-4 Contract Term and Conditions Commercial Items (Sept 2005) and 52.247-34 FOB Destination (Nov 1991). FAR 52.212-2 Evaluation C ommercial Items (Jan 1999), Award will be made on a best value basis and the Government reserves the right to award to other than low offeror. Paragraph a. of provision 52.212-2 is completed as follows: I) technical capability of the item to meet the requi rements of the Government ii) delivery iii) past performance, and iv) price. Technical capability is considered the most important evaluation for this acquisition delivery time is second in order of importance, past performance is third and forth is price. Technical acceptance and time of delivery will be reviewed for compliance with the description and specification for this requirement. Past performance will then be evaluated for all offerors whose technical proposals have been determined acceptable. Offe rors shall include in their proposal, past performance information on at least two other contracts in which they provided the same or similar items. Past performance information shall include the following: 1) Contract Number, 2) Company Agency Name and Ad dress, and 3: Name of Point of Contact with Phone Number and Email Address. FAR 52.212-5 Contract Terms and Conditions required to Implement Statues or Executive Order Commercial Items (Jun 2006) apply to this acquisition. Specific clauses cited in FAR 52. 212-5 that are applicable to this acquisition are 52.219-8, 52.219-8 Utilization of Small Business Concerns (May 2004), 52.219-14, 52.222-3 Convict Labor (Jun 2003), 52.222-19 Child Labor Cooperation with Authorities and Remedies (Jan 2006), 52.222-21 Proh ibition of Segregated Facilities (Feb 1999), 52.222-26 Equal Opportunity (Apr 2002), 52.222-35 Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Dec 2001), 52.222-37 Employment Reports on Special Dis abled Veteran, Veterans of the Vietnam Era, and Other Eligible Veterans (Dec 2001), 52.203-6 Restrictions on Subcontractor sales to the Government (Jul 1995) 52.219-6 Notice of Total Small Business Aside (June 2003), Alternate I (Oct 1995) 52.222-36 Affirm ative Action for Workers with Disabilities (Jun 1998), 52.232-33 Payment by Electronic Funds Transfer Central Contractor Registration (Oct 2003), and 52.232-36 Payment by Third Party (May 1999). DFAR Clause 252.212-7001 Contract Terms and Conditions Requir ed to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items (Jul 2006) applies to this acquisition, FAR 52.203-3 Gratuities (Apr 1984), 252.225-7021 Trade Agreements (Jun 2006), 252.232-7003 Electronic Submission of Payment Requests (May 2006), 252.225-7036 Buy Americal ActFree Trade Ageements Balance of Payments Program Certificate (Jun 2006), 252.225-7036 Buy American ActFree Trade AgreementsBalance of Payments Program (Jun 2006), 252.243-7002 Requests for Equi table Adjustment (Mar 1998) and 252.247-7023 Transportation of Supplies by Sea (May 2002). If you plan on participating in this acquisition you are required to provide your name, address, phone number, and email address to Maribel Sanchez via email to Mari bel.Sanchez@yuma.army.mil or facsimile (928) 328-6849 for notification of amendments. See Note 1 for small business set-asides. NOTE: THIS NOTICE WAS NOT POSTED TO FEDBIZOPPS ON THE DATE INDICATED IN THE NOTICE ITSELF (18-JUL-2006); HOWEVER, IT DID APPEAR IN THE FEDBIZOPPS FTP FEED ON THIS DATE. PLEASE CONTACT fbo.support@gsa.gov REGARDING THIS ISSUE.
 
Web Link
Link to FedBizOpps document.
(http://www.fbo.gov/spg/USA/DABK/DABK41/W9124R06T0049/listing.html)
 
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
SN01092261-F 20060720/060718223118 (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.